Loading...
HomeMy WebLinkAboutFY 2010 APPLICATION FOR GA DEPT OF TRANSPORTATION GATEWAY GRANT FOR ROADSIDE ENHANCEMENT AND BEAUTIFICATION AT GORDON HIGHWAY AND DEANS BRIDGE ROAD , �l �� Revised D4-21-2009 FY 2010 Application for Georgia Department of Transportation GATEway Grant For Roadside Enhancement and Beautification A licant/Government S onsor Inforrnation: ApplicanUOrganization Email Address Au ta Richmond Count tt @au ta a. ov Main Contact/Title Contact Phone Number Contact Address City Zip Code elf i 1 Government Sponsor Sponsor Email Address Ma or Deke Co ver ma or.co verCaugustaga.gov Sponsor ContactJTitle Sponsor Phone Number Ma or 706 Sponsor Address City Zip Code e u 1 Pro'ect Information: 10 * 12.83 � County City State Raute Milepost GDOT District * Speed Limit Congressional District for Project Location Designers, Landscape Architects, Engineers, Construction Companies involved I a contmuat�on o an existing project, what is the project identification number? n a Attach the following required doeuments in the order specified below and check off: c r c �� y � ��, Q �m o . � m � � '° . o � `'�� � F � c � �c o � � � u �� �� � �" c �,�, F �� � 4 `� , y � �o� c �`' �o`' S�� c a� o� . �• � �� � '�� �' � �� � 0 �� � �� �� 0 � �-� 0 Funds: Estimated Total Cost of Project Amount Requested Funding Sources for Items not Covered by Grant Include only one site location per application. Page 1 of 2 _� < . , Revised 04-21-2009 I understand and acknowledge that the following guidelines must be followed as it relates to this project: USDOT/FHWA A Manual on Uniform Traffic Control Devices — current edition GDOT Standard Specifications for Construction of Transportation Systems GDOT Special Provision Sections 202, 700, and 702 ANSI Z 60.1 American Standard for Nursery Stock — current edition GDOT Scenic Byway Program and Corridor Management Plan Guidelines and Requirements The Americans with Disabilities Act Landscape Guidelines for application submittals shall follow the policy established for Landscaping on the DOT Right of Way (TOPPS 6755-9) and/or as established by the Landscape Architecture unit of Georgia Department of Transportation Maintenance. This project must be comp�eted by the grantee within thirty (30) months from the date of the signed Agreement. Failure to meet this deadline will subject these funds to reallocation. The undersigned, herby certifies that all requirements of the grant program are understood, and that all information provided in this grant application is true and correct, and represents the desires of the locai government entity where the project will be installed. The undersigned shall be responsible for any and all damages to property or persans and shall save harmless the DEPARTMENT, its officers, agents, and employees from all suits, claims, actions or damages of any nature whatsoever resulting from the negligence of the undersigned in the p�rformance of woxk under this Grant Application. The undersigned hereby indemnifies and hold harmless the DEPARTMENT, its officers, agents, and employees from and against_any and all claims, damages, losses and expenses arising out of the undersigned's negligent acts, errars or omissions in the performance of this Agreement. These indemnities shall not be limited by reason of the listing of any insurance coverage. , Signature � � Date /a� 2 �� /� �� Kt--`- Z��Title �u �r�o �. Submit to: GDOT Office of Maintenance One Georgia Center 600 W. Peachtree St. N.W., 10` Floor Atlanta, Georgia 30308 ATTN: Landscape Architecture For Department use only: � Grant Number Please review submittal deadlines in the grant program guidelines. Send any questions to Landscapen,dot.state.�a.us . Page 2 of 2 , , -i2 OFFICE OF THE MAYOR � G 0. `R G I A - ' DEKE COPENHAVER MAYOR October 25, 2010 Georgia Department of Transportation Landscape Architect Section One Georgia Center 600 Peachtree St. N.W. ] 0` Floor Atlanta GA 30308 Dear Georgia DOT: Enclosed you will find an application for 2010 GATEway funds that would allow the City of Augusta to address the very unsightly intersection of two heavy arterial State highways in the geographic center of our City. The arterials are Gordon Highway (US 78 and 278 and GA 10} and Deans Bridge Road (US 1 and GA 4). In addition to the extreme amount of pavement and lack of virtually any aesthetic improvements at this intersection, the surrounding lands are occupied by a].l million syuare foot abandoned mall and other vacant and underutilized properties. Augusta has just completed a very aggressive plan — The Augusta Sustainable Development Agenda — which will transform our City over the next 25 years, and the centerpiece of that plan in the area surrounding the intersection that we propose to improve with GATEway funds. Approval of this grant application would be a great jump start to the implementation of this multi-million dollar plan. Augusta received a 2009 GATEway grant which addressed unsightly conditions in front of our Wastewater Treatment Plan and airport. A permit has been issued by the Access Management Engineer for the project and construction will begin this week (October 25-29, 20 ] 0). The project will probably be completed by December 1, but it will surely be completed before January 31, 2011. It is our understanding that this progress on the 2009 grant makes us eligible for the 2010 funds. We trust that you will find this application complete and appropriate for full funding. Sincerely, C:.�C�� Deke Copenhaver Mayor Oftice of the Mayor 530 Greene Street, Suite 806 Augusta GA 3090] (706) 821-1831 — Fax (706) 821-1835 W W W.AUGUSTAGA. GOV '� � 1 � `-_-' ►��, . • . . , . „ . , � � � . �• ' . . ' Y • I / f� � � � • � ' /� , • ` � � � � �. . .- ! v� � � � �� = ��'�r�� �• � /'�., � � ��,/ � \ ` '' ..--� . �► ��„�i� � . .- . � �.�� � � � ., �i_7, !�1 . �, i � : _ z ! ` ` � --�., . ��!M; ,� ,���„ � `\ � ` �J�. . , , � � • j , / r �� �► � R � , . j/t��� // 1 �� r- .� _ .. . , � / � ;-/�,�% �r.- ,. . � � .1,� � � , �: � ,.: ��.-,-=.�1 ;�� e ii � � • �\ � . .,. . , � - • 1 \ , �� �;` ` � !. � � ► �� • 1 �- � �'� � � �r��� � ��'��� - �� � � � � ��-., �..,� �:�'�� . , �,; =�--� � . � � !, ,..�' .... r „ _ _ � ��l �..� - � �' � i �� r �- � i� �' ' � � , F� ,� � f G� � v/I / , �� • � � �, • . � � � ��} � � I I� � �!r � �. , , , � � 1 -�., . �Q��� f;,, ��.�, � .� � . � , .,,_- ��� , � . A �� � ' i . � . , ;.l�r'"'� ���D, ,.�• _ ��r i� 4 � �. �,� � - <,� .; , � �, � .. �,� 1 ��.�_' ; * �, �A� :.�C�� � ,; : j� � �:, ,: v)� '� - - --- :� ;; ��,��.� � � ��s�► :�+�j ��, - , • I , � - .��� I/�, . ' •,`�j' .. *` � � ��� . �� �' *-- - ---" , r , . � ,� ���� •<� . �, �•�' � ♦ . � . �•-, . / 1► , . � . . !�� I• '' ' ' . � . � ' 1 ��� � �� , .. , .�� � �_' 1 ` 1 +. .`►` � / \. , ; `^�� � i. �,, � � `� /� � C � . � i � 1 � / ' � . ♦ �' �� ; �r!!���� t I � �' ! �. � � � .i . ,. , � : ` � , ,� � � �� a v ��. �� - . . ., . l „ _ . , � �� -. �.. ( . ��i � �� � � _' ` � � ( � � J � ► ��,, ,.�� / , - _� , , ,� � � `� ' -- , � ;_ �,� �. ��� i � � ��� r ��� . , , ,, .�--,.. � , � ,, ;,. �- --�_ � ` � ' � � -- �.�� � �- . ■.,_ � F �� , " ��,��A� . AUGUSTA GATEWAY GR.ANT PROGRAM SITE ANALYSIS .: �. ; re �a _-- .. � ,, � , a �M �` . ,� t � i � i �:.� ���.` A S;. � .::.... _ ...':...._.,-:,,,...,_ . _-.-..- ...,.:._... ... . . Photo of Area 1 from Figure 5 southwest Photo of Area 2 from Figure 6, quadrant in front of Mall southeast quadrant on eastbound ramp from Deans Bridge Road. � � _, �� t � � !�� r � i � � ���_ � ,� � � :�iIT► _ r �_� . �. 1 .. +. i . �- }e � � i - � t'�.,,i� �—�� � ' a"'"y.,,'�" _.. ` _ " . .�.� ., . .+i����; .. , - �, �•�, � { — .p..� Photo of Area 3 from Figure 7, northeast Photo of Area 4 from Figure 5, north side of quadrant on northbound ramp from Gordon Gordon Highway at Kissingbower Road Highway intersection , �'�` c � � / - � ;' � �, ,- ; _- � � � -- _ : � . . _ _,....-� . . _ - ,-.- w � . , . � = i ��, F � Photo of Area 5 from Figure 5, north side of Photo of Area 6 from Figure 5, an Gordon Highway at Kissingbower Road island on the south side of Gordon Highway west of Deans Bridge Road , � `, �.,�, . `� ;. l -� - --- �- � � --- ,`� - _. .. . � . i �,� Ef � � � - , .: , ..._ , �, . ., .... r . ►..�..:�.a.,.:.. • .:'.' : -. _.: �, . .. . . Photo of Area 7 from Figure 6, an island Photo of Area 8, from Figure 7 an island on on the south side of Gordon Highway east the north side of Gordon Highway east of of Deans Bridge Road Deans Bridge Road . PROJECT DESCRIPTICJN . • PROJECT DESCRIPTION Augusta is applying for 2010 Gateway funds to improve the intersection of Deans Bridge Road (U.S. 1 and GA 4) and Gordon Highway (U.S. 78 and 278 an GA 10), one of the busiest intersections in the Augusta metropolitan area with 71,288 daily vehicles entering the intersection in 2009. Gordon Highway is an important east-west artery locally as it connects downtown Augusta and Fort Gordon. It was very important to the State and Nation prior to the construction of Interstate 20 as it was one of the principal east/west routes across Georgia and other Southeastern states. Deans Bridge Road is a north/south route which connects Augusta to the Fall Line Freeway and it also had much national prominence prior to the completion of the interstate highway system. Figure 1 is an aerial photograph of the intersection and it illustrates the massive amount of pavement includes the 11 lanes on Gordon Highway (including turn lanes) and 7 lanes on Deans Bridge Road (also including turn lanes). What the photo does not show is the extent of the blight and deterioration of the commercial areas surrounding the intersection. This is best exemplified by the abandoned 1.1 million square foot Regency Mall to the southwest of the intersection, but there are many other abandoned buildings and marginal businesses in the area. Figure 2-4 are aerial photographs of some selected properties in the area. This was once a very prosperous commercial area but when the mall closed it had a ripple effect upon the other businesses at the intersection and on both corridors. Today the area is in desperate in need of improvement, and it is recognized as a priority area in Augusta's "Sustainable Development Agenda." The Augusta Sustainable Development Agenda is a recent refinement of Augusta's 2008 Comprehensive Plan. It assigns great significance to improvement of this azea, which will include the construction of a lake upstream from the intersection and the infusion of much public and private capital to transform this once prominent commercial center to a jobs center linked to the Medical Complex. This plan sets forth a 20 year, multi-million dollar strategy that could be given an important boost by a beautification project at the intersection. The project that is the subject of this application would involve landscaping of five critical areas between the roadway and the right-of-way line using GATEway funds, extension of water ta these locations by the City to support irrigation, and landscaping of three "islands" or median areas by a private non-profit group knawn as" Gordon Highway Development Committee". Figure 5-7 illustrates the location of the improvements described above, and the concept plans enclosed with this application illustrats what we would like to do at each of the eight locations. GATEway funds would be used to purchase and install plant materials, turf, soil amendment, mulching, and irrigation within each of the eight project areas. T'he landscape design will be done with maintenance in mind and the City is fully committed to maintaining the area. We estimate the annual cost of the maintenance to be $9,838.00. Plants will be carefully selected based upon their maintenance issues and native plants will be used where possible. No invasive species will be used. If the grant is approved we will prepare a more detailed plan for the project area and seek the proper encroachment permits. We will bid the project after all permits are in hand and complete it in substantially less than 30 znonths. The City will conform to all State and Federal rules regarding landscaping and irrigation on the right-of-way including TOPPs-6755-9 Landscaping on DOT ri h� t of Wav, AA.SHTO, MUTCD, and other appropriate design standards. Augusta received a 2009 GATEway grant which addressed unsightly conditions in front of our Wastewater Treatment Plant and Airport. A permit has been issued by the Access Management Engineer for the project and construction will begin this week (October 25-19, 2010). The project will prohably be completed by December 1, but it will surely be completed before January 31, 2011. It is our understanding that this progress on the 2009 grant makes us eligible for the 2010 funds. �.l'�.�' �9� � � ..�- ""�l. . �Ri � � � . � r ` M1 � ' �� � ' 1 , � r � � ' �� ` t �,. � ,�r.•`> `� ti9 't - ,y , _. , v .' � ' � � Y " ' r ; y �l , �� ' -°t� s� t � .� h. g� 1 ! �.�� b � . � � � ,� �� �� ��1 ` � � fc��a � '�,'�,- ��� � � . � a r. �Y , fi�:. � , . .�>� a}Y' •�. 2'.. �4 k+k0 r_� ' , y '� . ' J+ 7�' , �' ' � 4 ..t' iR . . � t �.i_ ♦ f } � y � :, . _ • �' , � � t e � . k ���... ` � �°.Y . � :. F . .e w _ . `� � � p.�, � � ,4�� � }�� X� � . ��.. _ .r:�aaw�A$"i�l��•'E.: �'rn.a,a 4 x � �� � ,� • K ' � t rr6 4 . - '. . � : Q !f! } +"'�. � �?� .�'� . �� ,d, —�� � � t ' , } � .� t 4 Y � i : A � `�� �: •� +� d . � u .� ° y ' ! �a. �� ��� ,�+ : � '°v� � �, ' . � • � � ( . � � � .,.�\y�l� /,',�;&" ,.: . .3' �. � F� t ;, j . t � �:, \ � ,� ! p K � „y I'T � s ' �� ; �� . . ... .. . �j: � .. ^'�3 `� .. ggg Z s�� � / . i - -. -- � � � �. � - . . _ . • • `� a t � f � ' 1 ` �' � . . - r � "s+ � � ; ' 'y ' s + '� L "! � � :I � 'i4 `' " ',� �' t,.� a ' � d . � � J (� .✓, + �-' � �,' �1 � � � __ � . _ . � r��x �:. `� ' ' i �° � 4 ; � .:�° ' � � . ' � � �, ;� � , _ , x� j - , ,,�,, z e ^ �;,,�- ' - a �' a„�, �:: �. t�.�,�� .ri , ,, � � • � ,�,- -- . : �*��< x . `-- �- �: � y �,,v"'� � � . �� � . r '`- Y � � �'�: r _ ��,, , � , " , . . , � � ,, . q+� �' : . ,� , � Y�r+�.ehss�.� �•�y..�, �+mai�a .. �"'"` s,i.��;��.�`:' :�'.+x" ' `"'— �'•' - �'�� ..'t�r� r�. �. � � •a � .�aS�ID�� :�°'«r.���+4"R. `�a�r�x �. <;- ' �� ���;� s�r '�"" .rt ��•.a.x --f! �h��. ,.��... 4 ;-�:�c ,�Me �, �� -� y ' e ^(�" �v .m����" •. 5F?�.M9&�i ��,: �." `�- 's:'-.;? a'"c ,.r� Sc ;+#. . .. . . , .... .. . 'w7RW� + � � �-'�.+�C� >.. _,�„ q .., ^.�x''iy-: '.. ����� ��.. �� .;a .�`r.'.�'°_°.'.�,. � t � ,� z4�t -� r . �,. �""-�' w.�we s,v ''�? ���' •�. . .�m �-.. ��,q�-�, " � �t�n: •..,.Jr -,�... � �,� "� .�t "�� � <.xrkxr+^ :�.ve:.€��- , ac�• r.� r _ r �— � � �. _ y+ ���: �-„�^" .�, �, . _� � ������,�':r� A� �"�' i ; ` ; . . , . ._ . , :, 'f . � � � � � . < 'k�'�a.+� - ..i . i� , . � g � A . ��' �� n '� � � y i1 �yr . ... � � . .. . , „' - ' , .� t . . ^' ,� . "' t �•�- �-' - � . _ 'q {`,�!� ' i, � . � . �' ` . . . � _ � �� �z � �',y�. � .1° s � . . ''�kt� ` '" �t_ '� .. � '!} l.=�� ,r � , t.'3&� ,iw ?�:� � � ;�R� �¢ P � � �'"'w _ "'S�B' .,� :.> � ..r , . � �.:.- .� . . } { 6"�15'i� L,; 3 h S 1 ' ,- � `�, �nM3" . � . .� J � . i � . � .._ � � �� : g� r '� ^ � F�� ��r",�f' , p . ' s 4 � , r '� �+"' � , ".�r+ k � �e, y A� , I� V �' . ��f���� �t " �-'� . . '� �..'x �,.a: �. s _' t,�� �. . . � �� +4:.� . . �; Ap �•�%.' � �'S �. �� " � _. ,. °' >' .�. '� � �4 —'_ ^� 1 -• '} �i �, y �� .,c '� ` ; � .�,-0' . M" � s �'__ .� : . i 7" � .e #'� � j: -� f'. G�i l f- , � � + ti -r r,��' t , , � 4 ,; i ' . ,° � �'4`Y� "sa �.�: ' '.� '�: �` � �.4 . 3 , �, � � - "'+ °�'L �;.t . r"i� '' K.k.• -� . _ .� . , r ' t{ �, 4j�� �' _. .. � � . :;,�'� y ,�."`� �: Y . �' ._ - r •. 1.. I ., t a k���r� � ;� '4 . s �' , *�' . r�• � , \ �� � ; �,:. , . . .. _ . 2 � . . . . � ^ .. m � . . . . . . /!.� ����� � . � . .. R i � �'' �} .. �� � '�.�� � �� r ,fi,i . � �. . :���. / ! �[ � . ..a^i � '� �. # � .;f � . S. . �m .. � � . � i .m . � � � � � • . • • , . , � � � , � • � , � • : � , � • � • • � � � • � � • , ' � ' a � Q ..r � U � ti Lr � r.+ � ..y W w � f � O .•�-+ `,, � O ti � � �—, s '�'�`' f + �, ,•� cd � ,4 �ti � t{, � :t:.t � . _ � �i 0 `� , � i, ` :2 � . . :.�,:;" O � � � 0 � N pL � � '"`� O � ^'" � b �I" w cd O ` �. � `, � bA ' � � �,. � � A -o �' � � :.::�>a. � cd r , � ':t.. .., � x � i � rr 0 � ` E a � �, .. �� � O i O .� ..+ U � h � � C." .., � � E"' ' r . ,, , , . �� o � �i ,� �.�'µ � :� ` � - �-�. . � _ ; _ �i J p . _ � � 7 R . � ' � L ' „ti. :x :,' �� � ' , ���} ,`�, . . � ,��`�°� . �. �, �° g :t. k � } � �' t i,, R �'.4^ A ���a � �.' . :. �. � . . k � � � r : " � c� a � , c�d � + � 1 I � --� I � �+ � � ... _ cp Q� y 0� � \ t._ ..r � � \� � \ \ � . \ Q \ [C ,_ � ' � `\'� �'�,. � � � ,� , � � � r'� I ` C7 O � �z' a 0 � � � t" � i ` � t I'; �.� �, w t` y ...» �'" � _ _ � �-� � ;; �, � � � ' � � ,: "'> � 0 t � + <: �_;' � 5 � �! �� ` � f� _ t` . s: � �i� �. .:"1.'��. �� �.,. .. E ..:: % , � �" j �, . . . . . . - .. . � ,� :'-)� � f � � � t A*t ��� � . ', �• ' ,�j ;- '` �; , : , �„ �,� � r• • . �� � ' ` � � �, -. "'�F'� ' � � � �� T �'�` �-�'��� � ~� ; �. .. ...�^4 i �� � � �' �� � -� �i 2: �" 4 �•} f�� .: � ��� 1. � * ".hm+ ..� ?r> .". ia � �� � � � '*�.:, � ���_' ,� . � �', � » � ���, � , y '�� . �.�"`� ,; L s � �,/ � �� '� � �.�.:�y�y��s._ '. r � .� tl .,.� :_� � M � "'�R r �"�;c-v�ax.ik» �.� '�++ y.., '�' � � � �1��&°'*.�r � �`�" �� � i °!����� i�' � ..:1 � � � - w-a , � ;• � �b,�,�w a. : � � y �,��.. � . 'Fq•�y 4 . `�,� � ;F �3 ���,,, '�kc. < _ �,,.r�' M t�.� ". � �. �i:'q4��,� �"` ++. -.• . R ��' y � . � ..!�'� ��'� Ei 1 r � � . kx!K t ' . .. f *4l ���,1�„��� ��,t w* . ,� � 4 . ��. _ wt t �t,- n . E : � `� r. ��..,r� � , kk 1:, .. 4^v � F�,� a r�. �`� �� � ' � �.,� ,��.� ��� �', � � �,. S ��k � F � � _ t �. �-`�y�� . �'*�.,,�1' �,,,� .� • + '~, �'cr - '9y . ., � a . ,.. ' •'�' y .Y . iy . 3 Y :. k "e' ' � , yp{ �. A . .x . y � T . "iy a"d ..,,�, Y 7 � ?' . k � , . . . , , �����t a � ' 1'F��. � �� ` ? 4 � . u .,,,� �, qf J �..� S,u�" e'+ ,,. �., �� .Jf� � y ' r ' � ������ __.� � ; , �.. `- � .� ,�: ���. �. { 3 , „ ,�. � N � � �. �..� • �.�„ -:>: - a ,.: ` :� .. � � � t, � � - y � � �`,� j .__ "� `.�b � ��. �.t��� � '�"A4 '^+r , �'/Mt� .I?'.c.�f��� � � .�h,g t . ..� ' r � .. e.� '..� � .- .. . T� `�'' ��, r < d. , .. � '. ' �.>,., � �,� �t�<,�, i�t+ �, ;. �. , - r . � . . , • k „ � .. X: �v =� r . . ,., . . ; . . .;; ..._ , , _. � . , �: . .� . � , : . � . „ ., i � , • �.., . : �w�:+ �`; . �:, � � - � p •. � , ..' � . ,. . � , '- v � . - � �' �� �„� + 4 tn . ,.: '- .. �-'� �� - � � . ' 4 rt� � I� �� � y _ � . � �� °„�'� N � r �" :_'�,` , f�`' r x :#` - ed' � "' �' q : � �� I �i� o s � � ' � . . , ',- �, , . � , � ° , „:,� • .a s . , ` ;; , .. . . . � , . � �' ' �! � ::..� n4 �, J i � ' .� �� Y � 4�` �.. i � .� A r r�z � ��,:� � t.. a ' 7 f i � f" �` ' ,�w� a r � �,�� ,� � �'` � � �` ��; �� "� ' r �; ��� � r` - �t�.r ' +� 7�"����'�'�^��� � � ��� ' � ,y k'��� ...ct % r �` �, -�D,�i� . �� �.' „�• x .�^' �,r`:.. i y �, �� ° � 3 r , i , � , " � ,� r ; �� � � �r� _ ^* � � . �- ' ,Y• . 4 .��'13 i , z . . � . � . . . � L r � J . � �� : Y - � � � . '... ', '- t I ., � r� � '� �� ' '� ' � ' ��� � . �� . �., .. . . a• ��`� . __�"�� �� f ':>�...� . ', , � F ��� " �'_.T�� ' � : WX���} . �;� �;� , ." . �.S'N''��:.. ` �e1F '�fsi;k � f "'C� s , �: {.. �m � � +�7�" �' JI y :� �M�i � �' �� q � �t i P . . � ,. ' � � �' . �� �' ,�' . ; ,�' �,. '� .:F.� '•` �..�� a�# �r �. � � � . . �' . . >: .: _ .. # ,. _, . , FIGURE 5 IMPROVEMENT AREAS 1, 4, 5, AND 6 LOCATION DETAIL 1 inch = 75 feet r '�= ,, * ' s � ,�.,mc«�°.t ,.r �, t +} t �. ,� _ ¢ . " ''"�t t � I d °� ^�,x�>` '� ��,:�' ;, � � � 'i. 'A. 3 . !.# �' � � - -.� � � 4 ' L� �' .. � $'� i � � � �� � � 1 -:$ � p � � . f F' f-. . , � . s . , y . . { � �i _ .Sk3r Y ... � 4 S �. . . .. .P'.w.. M .. . ,. _ !+tC y.Sj�" , � �� .. , ... � . � .. . ; . : ' "hs..'•'E . �' �� .� k �t'h��" � �C.�,,, ; ° � a, � . �� � j 4 � �,t� �� i . . , �� a"� . ���, � t^ `� � �� � � � i � � r � �^� ,,�. �. ,' Q � , �I � -� 'la�` �,�., ' � . - �.a�' �` " , , � � ( � � � { � .� j ; -�--�_-; ° i �-_,�� , I �''- � { ' ,,,�� ��'"`� � �'- �. , ., . . � � . ., , i , , , �, t . ; g . 4 � � � �,,. �� �; � � ,� , _.-r.>. _ j , ,_. .. . y � . . ` "` r V�� r � �, 'f � . . t �K ' ' 1 � � � ii '��� .,�� �`� _ C ; ; r � � � � i � 7 { r ' ' � 1 3 r g `��� k' .R � v N ,� }� .�' 4 y ' V f i f ��-.._�. ��.� � � � � � � � � � i _i �c �rG�. T „:`" rt -� .� �� ��r, i � ! . �y <, �� ,- � � � ^'�:� �. �. ' �:� ,;=.�,�h � � ` �r- � = • � �r:;` t .� 4 �- °,;;; '' ¢ s�� _ a . , . .�,, �, .�> �� ��� `�" _ � ,� "" .m _ ea, � _ � '' �, � �'' "�` '� � ,,�}� °?;,,:�,�, �,,,,,�'+" °=. .. -, � : ,. _ -. _, . } ' � t' . ._ _ ,� �, �. P ��`." cx � ,� •� �; F" %z - �+ s .. . a . . .. � . p ��� �� � ,�,. � _ it MY. � .��� 'C � .. ... . .� �. . , } .. .. �- � s ' _ �: k - ' P y ..: .�� mc . ", t {F � � . ' � lw�^N R j� .�.... �r�C .�. . �,..�2� .. n ��l � ��. A aF4 ' . � ... a, W r,� �: ,: iv . ,� , � � � N' �� . �, �r .. , .. . w � � `� �.A'?'�` . -� _ �"� .�r s ,�: : � .����� fl$YM � � R.R .� .sYi.. r .. ; .` . p ����'�.� ^ �.. � � 1 � . . � { .� '4 4.: � . ♦ 4 � ./7 � '� A � F.. ! � . e` ��� G ���:. �' A � z � . �� J / � ::..', x.. � ,, q. - :l � {+��.�'fr � $, vw�. _ � � � r ., r x : i �., � .�F � �` s � , � fr 1• �� �X � . , - �� ' o . t � . � et ""r'° '? r' .=.iw... .�� : 1 ,� ; �. . � � � �� � . . � •r � '-`- �� . .« �. �,� , ..,�� �� �� � . � ' ' .!t. � C �y ' y ' � .. � 'a� � ,i€�..�; ��� � T'� s.r.... � p+ " y i�' � � t _ - . .. .. . � •.. . .. .. ... . ,, . Y , t ;; ,. - . - - i , � 4 �� .,� ��'t: � __. . .. ' l �. � p k ,� yAa'E,�+� o t`r "� . - R , ,�" i +: . ' ..,,.,�'!d". � . . +� '� [ . '�� �. ..;. t $ "' � w r� p: t .. � " '.``` i" �r s+`�`' � , ' r. `� '' s . A 'k � ^ ,�,�f F ' '. '� ,�� ' . � � t .� �` s �._ �. s'p ,�' '�a;; �r,s.,ii�°'"' ' � � �-*�',q ,� �i,t' �� e ' � ,� � :� . . ° �, °` $� . , �} �, �" � ' _,_$ �?' � . . � . . 3 i,,. : ;�,�, ' �' �. r y3Y53��. ~� 4 � r ���� � r a°?` E--.Y_ ` � , ,..k . .. � '�- �a..; ° �`�� �:���., . .a , , � a Y.�'.Y ` � A)."� r � . � • ,.� � w r��.� u 1 � °. �.�.�. � k,�3 � � • �!� � y h � _ , a ,- , + �` � s; � � � ; ; �° . *�^ n � ��` yq �, R x ,� � .. n. a+, - a. ` " r s„ ��, �" � <:-_.,, tx 'm;'�C'`�/`� �' {��" .�: � '_ rr ' �'/�c' ��; � t ° ' gr� ' � es � r � �� 5 � .� �. .m * � . + �� - ' . � � c.�t f ` � � t �' . . L '1 � � € < %w ' . '. . �,:. �,��£ � �hT. � . . x �� � _� �� . • . �� �'� ' A L}? ���y���i.�� ; 8�. �' . ... � �� ��' ' , � � F. � x � . � v �, A l�� C' �' V '[Rf�u�. � ^ �.y' F . �y R�� � . ��. � , . .�..... ,.. � � � � o $ r =ti z q � « ` ��` L a . , � t .� _ ��r � ��� , , ♦ 4 ' , . l 1.. . . : �• � ` •. � � . � . . 4 ''> ��� �� y � ' .:� � *i�� � T 9 t. �" � �a � A` '" �'' � .� .. � � � ��� � �S � � . . � t f . � �1• S . . . 'Rd�s . , , ���� � ':L -s:"' ,� . . . . ' , �._ . � ��� ��.� _ . . '�. ' , � � , . .. . . �z-.,,. � { : � .i �,. � � � � • � � 1 � , . � • , � ��� s �,'� + � a ' � I ���� � ;.e �. 1 ♦ �7 °�-a i i` � . _ • • i � `�'� l � ` Y � ' � r ��. �.\ � � ���� � �� � � r: � f ` �7�^"� • Y„P' . ,. � fk � �� �:�' _ . � ���'" L ^^s p � .0 k '�.�aw l 5. � i . s � . �: � �^-ae!•� '4 �,.°"" +is. .s� yW y.�B�� ;_ � `� "'4 � � � ���� � �. t� �a s ��� � � � � 3 � s ° ¢ ��`'#� ��. �� � -� n � � a�t :1.� !� ��i■ �� �,,�� `� ` � �� r =�� �#� ;+t. � ' � ' � •� ''� � �c-'." ,;�,. � i ;:c a� `'�'� � ,� sE' �� ' s- am ,�� o . � 'T � �f� � „� ; �,. � ��� � �� �d��. 6 # � �' � .. : 1,'. � � .` �� � �' [; ' . � i , �{ � �' "'� , �' ?� .r�- i ..� f r ' �' � � .�� ,,.�''�"y;: [� , .� � a_ . s J �'-`' .:^ 7 .- r . �: �...- � , � ��'°� d . t � i t . � � 7 .°, " � � '� , f . `�� , �� '" �u''� ��'����t�#;.. ,,, ��, ��,-� '� . ik . �: 1 : , :�,,, • �p�� ,-r �� �:�� ,: � �r. C # � i �. � ���Cj� �' iY • - C » -�-��� � � � .. : a< � x . �aR , ���.r: � t e= . , � ' ' -�y . � d ° _ {',.. R Y , : .. . :.'}�.. �Y � Rqr: J � � � i, .- . . �:1. , . �/ �i: ���,.�' +����� � a ,r~ 1 F�� ' ��� a� � � � ;t� l . " .! � � ��:w� � � e±. , ... �r �. . -.. ,� .r�, , s�..,� � _ , , ;... . .. ,� � �. �^ -�. � �^ • ..��8"- .e*v ia ,�" �� i y � lY � re...c, i r.:l�if ",�''�' .'�"wl,IC. ': � L' -# �T:� i :_ .N^d. F � . ��� . � F �., , u, ; 2, � � `< ��'" - . •� +�" . ��;�� �.�,� ��� �� a�rses�, ^,�e�+�nr*+�e.i.,.� ,,�,-�' �`�' � �.� � +�*� +.r..Pw.�.r. � � .s � , . , , '�� w .-.... , '� .. +k ,g�,+' �q}r $Et:. �` "`T+� , ."`„ 4 �y,� M�`H �.4rF w"��,�� � ......�y�,�.� .� , . -. �nY f • +� ' i�1 '^TT'°a^"��.my.py±d' ..� RhvA:e �n'M.'FT1x.A.���.. . . y . f��� �� �...�. 4,1 s��� 8�x'�f ��.�<_��� � a - ' -... ., � �, � : . r . � �� �' .. . - � �� ��� `���l4�!�� ° . � � ;: � a . _ �� ,. � : " .,. � � - �.� r , , _ "_ � ` -. � .. �b:: .Hn. .3., .. �� - ur.v., .:�' ' �..,� . °�� �¢ r � } .1 ~' ; . � , z +.w,�a�,.. : ^`M' '±y � , ...» _ ° : • "i- � N � . r .. ..�� �, .. :.^ ..�. .:_ .3 ..� .. `4^'+� �F xM..y� n�,F 1 '4':te' tl1- �t. . .l�,.m - wlF ., �.. ... . > '.:. , t - .. . w .. .�, e'� � � :� : ... , . °1} JY�a'. Y� �. u .g ���,'' � �f'�C't`�n7 "t"�`_`R'�"KY t�.� `$�3� _ r� � � 4 '� ¢ . 5 ... .. . � �`�°��� �''i �€.f-.�V T''�.wg�`'.n+a.¢.z,� . +_ � .. � . .�. �� +> �"�,eyC.c �,*aey,'�M....�,3'�p"�"�+v..+�'g4 :�. xw;t�r .y�'� . ' .z ` . y , � _ a,,.n,���,3 ' .. .. ., �`�` . 4 � .,. �-';. �,��-•:..w..�+nfi�-a3r �'^�. � „�„ r ,+ & �Z:.�� ����� �.,-'� '�"'x��, �.� P�- ar�+. , � �, a '.� � �._, p, ,� t _ .,. . � . , 3aY ' . � . .: � � S �qN.:,-- � -• �� - . - . t • L. � � ,r� ..._ . , . , c+ e$�'.'�� r +�a+ . - .g - '�. r . a ` � ,°s° `w� _ �.� .,,,�..� -.� �� � . r.s r� --r � .� -.-ss..� r r . . t . � ' r r -b -- -�-- . - �+������"'s9 �� s,� � „�_ti,*5� ... � ¢ f,o. '� �'r'.�:���' . ,. .. . . . ; i� ���. ��t ,�..� . � r � e ` R [, .,�.!C s y �*�� �� M�fi��.z„ ' °f [ �'a 4 �� £ /'� �� 1 \�� L��� v� ' ��' � . to' � � �' � 4 � � • � s � " �m k � �� � ��.h �E��-� . ' � ':�++�. �, F �'�'� 4 �.� i fi ' ,,. � �r�� 6 r* b : � s,. �� � � �3� ` 6 yL$4.+�i 4 � y y�n �' . _� '�� \ . � ��". � &���,"; , a�, v ; , k�� � � � � � Y .� � y � -`� � +�, , , e-_.. ( � p� ,t� � �� ` �.n,� �,,. �. � � � ; '� . s � "a�' ° .d . . � r �� �i---.� � �„" ` ��� , ,��'n^� <:° c q �', � � ;� � r �I� g '.'t � � � i � b ' b � Y . .y�, . . � z '� � f' i �t� � � �� �t �.._..., t., r �t� � t ' � . "► � _ . . � + F. �W—.-- ��� 4 . �/ \ � � �. ,/\ 4 �� � r , �-.. �� � J \ �.f :s � , � 1 � . � f. �r� e e . �'�:./ \ �' '.{� � � �� � � � 1 • � � � � , • • • • � � �' CONCEPTUAL LANDSCAPE DRAWING Target Areas Target Area I: This area along the Deans 8ridge Road is highly traveled, and is the geographically center point of the city. We are looking to soften the landscape with some visual screening. This will provide some plantings to enhance the entire intersection, and give some beautification to the area. The focus is to give an appealing landscape along the parkway and in to the "Garden City". Target Area 2: The Landscape enhancement along Target Area 2 will help control the eye on the ROW while giving a soft clean view. We feel that the intersection can be enhanced while controlling the view along the right of way, away from the vacant adjacent properties Target Area 3: This is another corner of the intersection that generally is overrun with weeds. The area is on the Northeast corner and has the potential to help set the intersection off with a clean appeal. Target Area 4: This area is a narrower section which gives connectivity to the project. This area will tie the intersection in to give a complete package and unity to the site Target Area 5: Target area 5 gives the final corner to the intersection. It is a smaller section but significanf to completing the Gateway enhancement. This area offers another corridor for entry point into the intersection. �_ a Target Area 6: This is an island which needs some upgrade and landscape enhancements. All cost for improvements have been committed by a private source- the Gordon Highway Development Committee. Target Area 7: This is another island in which the enhancements are being sponsored by the Private Sector. The Gordon Highway Development Committee wants to help give a complete overhaul to this Gateway Corridor to the city. Target Area 8: A current island in which the city will continue to maintain and is also being Landscaped by Private donations of the Gordon Highway Development Committee. S �, o ' _ ___ i F 6 E � ' ;�� �� � �� �Rg�� ��� p [ 3 �� � �� :� o� g� �� - q € � a �' �,v �€ �� � �� 7 �� �e �g °& u) ��� ao �g � ;? �az �Y -4 � p �� ----- ;� ��� '� �° � �_ ����� e�� �i�� a � _ � r� E � � � � u � eT �' o s� F �-',� � c�.� m � m � R � �.i �£$° ;$ � �� �° o"- a l(� DE a Q 0 a� s E�� g� b $ �o m'� �� �v F- :; � g� �� �� s �� ° z� 1 p � �" � 4€_ �� S 6 0 F if • 4L d ��� �s �� g �� ��� �� c UU N v p� o � �� d� �$ e� `�K �'3 € $� � ° �`c _p a�F a ��$ R °$ €¢ �€� 8 ��-�. ` � ��Q � k� , �; ��e g $�5°�� $F u� _ $€ ��� �Pe � ��; ��3gY 2�� o � �� �� � �� �eab�a � ��N � o ° g �= p go p e� Z p;�� � E � 4 O� { y c 0 c 0 � o l7 a�� ����'L ^ j ��$����°�� �SS �� � g � ___�. ( �E_ �.�—�— � � 8 0 ��;1 ���I� � �� \ \ � u � � �vi 3<� s v � F "' � �'2 i �G Q C � '� 4� � __.__,_._, � �� � s i '�----- � „ � � ° � ° `'• � � � � _ �. ' u � : g �,�.. � d d � i�' � •� -- � 4 j' °,, L�� y,.,y.., J,� �\ t yT � , �' � ^�n * �`� ! � i J �l�.,y . I \`�\\\,� J'T _"_�._... r w � < �� .is � . R� p' � . ... \ �� is ! rll�_ '��',. - ��\ �£: l 8 � � J �_ ' . s � . ,.,,�. ....: . • ... .. , �, � " ' � -..,, � : �' �' � �' a , , , o .� 0 � __. � 6 ,. j ul f � h..�1,.,.� S1 � '` ' t, r u 3 � >' � j ^/ �� a � ; i _`�- __.. ---- — � � �bY � ,. . L J� 1 � . . ti� ' • eF ) : � �.:.:. � i f' 1 � � . _ _ . .. .�. b P. .�. _ . :,: � O Oo N� \\ 5 J...... � r+ p H F O L c L 2 1 O � � O S � a v n c Q F,� ___'_ "'_ �) W p v F « � p E O _ y � � . Q O � OI � � I l.. C T , t W t � '1 . �.. c > �g� �' Q �M1I �� V D O '� � D � $3� 1� � z .�, �, ��; � m C � � � � O O r F O t � � O y �p -> - .. c ': _ �.. = n �� «.> U :r'i .: p�dycrn� � c c E� o a p V 0.4 _ � c M � � a?r a� �. i � 0 o.Y � c o I Q F o p � F o a H C c m g� O p t�,� � ms�eo a�i�, _ . Q � 3e i o � � _ � �J Y a � a � � e ��o � J � � � �'�° 1 � Q ° J "' �a � E S � a T b � c E � �<' �l U L F � �� $ �F — L �� W a �� �� m�o = ��' z � � � � � �a g"gs�m � a �g� � ° � d j� 4> a�xa�� � �p �-`� B � I- o a � > o�� Q 0 ' J p4- B a � � O Y� b L p O E < ' O � d d N d �j g�� �5 � b��� 3 LL�afz �� �� a a � �� �� o� � da � tll c J � � - a o u d o o O u u � o p �� � L�� 0. 4 a c c c 4 � a a�� �� �����' u 'i���. pX �a�i��� �� '� 03$�� r � ����� . �� � v� �d �,.n ' ro�Sgb' x 3 0 om��� g � ° '� $'�`—� �3e�b ���..�u� < � C w 5t ¢� L �'b � t 6'd�� �` .� °' d' � �b S �E6�°�'iiE��dd � � O ��o b�3f3� ° rn i u p � O Q U � ` d � C V O p +" u � \ . i � *� � : 01 O i L C d \ , St •- '� �� Q � � � S ,t � � 1; ---�...._ o � v � � ' . � � .�o ��> ' �i aa�o d nJ� � �I �� ���� 9 i i �m ;, m� n _ � o g ��� ° 30 _ i � ur� , j � �i . ` f 5�� 2 I: �� o � � �� o � c � .i � ; � _ .._...___�. ._ 6 a 1 � i � �c�' gi .. � I$ . C �� 3� � u� I�' � a �4 r � co �°� `o �,'`� rlo � C U I I Q a=t �'�"_ � m .� , , �. , ;. � �/' I i + � o ......:.... . . r.l ;� o.m p :,.,. ��� � � i a o,� ,--�---- ,� ��,.�n' i � li $ a D o �� ,i' �� t° i i �n U ° � {; i+ O N � � . � � �� . '�� � i f � � i ��,-�� 1 � \ '�° �C� � i � ' r. i� �. � m �- ; l 2 f'`� i r � � �� � � .� � ' : w � ' < � ' �� ' s , r `�1 � � � ��`� �: � ; +/,, \ ; : landscape Proposal As our concepts show turf, ground covers, small and medium size vegetation. We are striving to inciude n tive plant materials in the planting scheme to reflect the existing vegetation of our region. We are classed Hardiness Zone 8, or state Zoning Class IV. Examples of the mass planting of native plants are: Liriope muscarii Yucca filamentosa Coreopsis lanceolata Echinacea pupurea Callicarpa americana Hydrangea quercifolia Cercis Canadensis A cluster type of planting arrangement will be used to minimize the maintenance and irrigation requirements of the plants. The layout will have plants with similar water requirements grouped fogether. There are 5(five) GATEway target areas located along the Intersection of Deans Bridge Rd and Gordon Hwy. The Right of Way varies in width from 20' to 85' off edge of pavement. Estimated pricing is based on purchase, preparation, and installation. *Note: Any replacement plant materials will be sponsored by a parfnership with the City Public Service Department, local nurseries "in kind" and The Gordon Highway Development Committee. PLANT QUANTITY IZE UNIT Installed Subtotals Groundcover 700 1 gal each $5,500 Plants/Trees 1100 3 to 7gal each $20,500 Mulch 400 Bale each $3,100 Soil Amendments 1 unit each $800 Ground Prep. $5,600 Soil/grad. for Berming 1450 cy each In kind Turf 12500 sf each $9,500 Irrigation-Low emitters sys. $5,000 Total $ 5 0 000 -s . LONG TERM MAINTENANCE PLAN Malntenance Program Being a year round high profile Entrance Corridor this site will have similar maintenance procedures for all seasons of the year. We will overseed the turf areas in the cooler season. Services performed: Year round- Mowing Overseeding Edging Selective pruning Blowing Dead heading Ferfilizing Watering Pre-emergents Mulching Post-emergents Litter control Maintenance Schedule *** Ideally site should be maintained once a week- but the minimum will be as the following is scheduled. M�rch 15th thru November 30'h Qecember 1 thru March 14th 21 site visits 9 site visits Maintenance Portnership Our Goals is in Partnerships: We have been forfunate to have had discussion with varying agencies which are stakeholders in the Gordon Highway target corridor. A partnership for the maintenance has been developed for the responsibility for upkeep to be taken over by the Public Services Department. Estimated Annual Cost Overseed: ��y•g'S = Fertilizers: � 8 5 0 Weed Control; * 75 0 Mulch: In Kind Service Water: In Kind Service Labor Crew (3 man): 30 visits annually ��7g p . Total Annual Cost Projections: � q g 35 , Q .� LETTERS OF RECOMMENDATION • MAYOR OF AUGUSTA, DEKE COPENHAVER • NENRY FRISCHKNECHT, GORDON HIGHWAY DEVELOPMENT COMMITTEE • JOHN SHIELDS, PRESIDENTS SHIELDS DESIGN LLC • HELEN BLOCKER ADMAS, SOUTH AUGUSTA BUSINESS '� -i 2� OFFICE OF THE MAYOR � G E� O R— G i A DEKE COPENHAVER MAYOR October 12, 2010 Georgia Department of Transportation Landscape Architect Section One Georgia Center 600 Peachtree St. N.W. 10`" Floor Atlanta GA 30308 To Whom It May Concern: We are very appreciative for the 2009 GATEway Grant which allowed the City of Augusta to extend the locally funded beautification of Doug Barnard Parkway in the area of our Wastewater Treatment Plan and Regional Airport. Another area that is of local significance as a Gateway is the intersection of Gordon Highway (GA 10, U.S. 78 and 278) and Deans Bridge Road (GA 4 ad U.S. 1). This is the area that we hope you will consider funding in 2010. The area is blighted due to the abandonment of one of the largest malls in Georgia and the.ripple effect along the roadway commercial development in this area. We have just completed a very aggressive planning process for all of Augusta and top priority has been assigned to the area surrounding this intersection. The plan includes many initiatives for recreating this area, and a gateway grant combined with some private sector funding would be a great way to jump-start some of those initiatives. We do not believe that there is a more deserving location for the use of GATEway funds in Georgia and we hope that you will select this application. Sincerely, Deke Copenhaver Mayor Office of the Mayor 530 Greene Street, Suite 806 Augusta GA 30901 (706) 821-1831 —Fax (706) 821-1835 W W W.AUGUSTAGA.GOV << � ���� �1JraY�aQ��� Ci���'+�+ ��i$�i� G6�V �O€�DOR �I6�'��' � �UCUST�, Cu� SQ909 � ��IOI�:: �OB�SS-50?9 g�X: �08-$5�� 9�15 . Qctober 22, 2010 To W�om It May C�ncem: i am the Ck�aixznan of the Gordon.Hi�hway Development Commit�ee, a non �rofit orgauization dcvot;ed to the beautification and redevelopmem of the Crordon Highway (GA 10, l'1S 78 and ! 278}. 'We have been in existence for approx 1.5 yeazs and set up a SOl � c uz►der the Community Foundation o�n Apz�l 15�' 2i�10 our efforts to date have been to help organize clean u� cvcnts to koep the right-o� way cleaza of. deb�s, ez�couz�age business owners along the corridnr to mai.ntai.a there areas, raise funds for bcautification projects and other worthwhile pXOjects that will aid in the continusd �mgress along Gordon I-�wy. We aze very excitod about this prospect of thc City being awazded a GATEway g�rant to landscape the righis�-of way at t�e Gordot� Highway/ Deatis Bridge �toad iz�lersection. We ; ' understan.d thai t�.e grant funds cannot be used to address medians and xslanc3s. My organization � �as agreed to prov�ide up to $10,000 to iandscape th.e three "islands" within the iniezsection if the ' City gets tk�e grazit. � We look forward to parinering wit� the City and the State in this very worthwhile ez�deavar. - Sincerely, � �; . ; ; I�enry Frischlaleck�t � Chairman , Gordon Hwy Development Committee 268b Gordon Highway Augusta, GA 30909 7Q6-833-5079 henry@empiretree.com ; � i ', � � EOO/Z00'd L9ti0#t Olfla 71�flal 3aIdW3 9lZ6trS890L 'c1�00 6ZOZ/5Z/SO . • — �OMN�TTEE Ma1�E u�p Henrv Frischkne�ht Chairmen Emp'vreTruck owner Holds a seat on the Richmond county tree commission Certified arborist � � � Darren Smith V"�ce ChairmPn ' Smith Tire Strong community ties, r�anry years of previous work and dcdication wifl continue afong the path hic father si�rted. Has proven himself already Di�na Spra�ue Secretary Richmond county Ts�ee corr�xni�ssioner Vezy active in many cflmmunity organi�tions Cieuck Smith Tressurer Smithy's Auto Aerek'Varaover Current T.,andra8 design o�vner Lots of horticultural experience, hold many certifcations and licenses, farmer la..nrd trust executive director, has impute and is iuvo�ved with tree commission, formerly ied trees and landscape's lots of DOT and other regulatvey experience. Pat Hathaway/Pat Wi�eou�n Garden club president, very well l.iked, a hard worker with lo2s of support from garden clubs Lots of ideas and experience on beatification. Robert Sherman City licensing and inspections and code enforcement -direetor Has aiready shown. support and leadership on si�n enfoirccement He and Pam Costable stlare this position, they alternate Adam Lo�emann Gordon Chevrolet -'V�ce Fresident Very forward thinlcing, has a lot of national exposure (jadging by his ideas and comments) Get it done type of pe�spn Pam Costabile Richmond eounty code enforceme�nt shares seat with Rob Sherman Gre�, Hod�es Acura of Augusta gener�l maaager Ne C Natian�c+�ide Representalive £or Matt Neiman Lives in North Au�usta Daniel �l'od�es Actua Representative ,,,.. ,.._„ ,, nanu n i nv v�nv i 7SlTJW7 G L 7.FbCRA[lJ 7.l : QD F7.07,/97/S0 . .�w � K � ;� �, } E { � ,,,, r �! �. i c;: r �,.� �� t• 4�i Y ��I I �-` F (� ' � ��.. � `��' � ti.'��� 'I .':.'.f:"� snieia 5Ut51VN LLC. One Charles Street South, 12D Boston, MA 02l]6-5450 t 617.699.0939 f 857.233.2997 LETTER OF SUPPORT RE: Augusta's application for 2010 GATEway funds To Whom It May Concern: 1 am the President of ShieldsDesign LLC, an urban planning and design-consulting firm from Boston, Massachusetts. My firm recently completed the Augusta Sustainable Development Agenda (ASDA), a 20-year plan for Augusta. The ASDA identified several "strategic action corridors", the most important of which is the Priority Development Corridor linking the former Regency Mall site and the Medical College of Georgia. This is where public infrastructure improvements can dramatically guide private investment to 'Realize the Garden City'. The proposed landscaping project at the intersection of Gordon Highway and Deans Bridge Road would be a great way to initiate the proposed transformation of this Priority Development Corridor from the essentially dead area that it is today. I can't imagine a timelier project for Augusta or a better use of State funds. I fully support the City's application for GATEway funds. Sincerely, /,� �`-.,.-„ ' � '� � . � � .., +� South Augusta Business @ Breakfast P.O. Box 16546 Augusta, Ga. 30919 706.267.0579 October 25, 2010 Georgia Department of Transportation Landscape Architect Section One Georgia Center 600 Peachtree St. N.W. 10`" Floor Atlanta GA 30308 To Whom It May Concern: I am the Founder/Facilitator- of the South Augusta Business @ Breakfast, a 9-year old organization devoted to the economic and social prosperity of the area south of the Gordon Highway in Augusta, Georgia. I was recently informed about the possibility that the City may receive funding for a beautification project at the intersection of Deans Bridge Road and Gordon Highway. I can't imagine a more worthy use of your funds that can be used to provide a jump start for a portion of the implementation of the Augusta Sustainable Development Agenda. This agenda is part of our new long range plan which addresses this area as priority. I have personally worked for years to restore the prosperity of this area and I hope that you will consider not only the immediate effect of landscaping at this location, but the long term effect that it could have as well. R e,�ctfully, / 1 / r �^'..Wv ' • elen Blocker Adams Founder/Facilitator, South Augusta Business @ Breakfast Cc: George Patty t�,�- , << RESOLUTION NO. A RESOLUTION OF THE AUGUSTA COMMISSION OF AUGUSTA AUTHORIZING THE ADMINISTRATOR TO APPLY FOR AND ACCEPT A GATEway GRANT. UPON AWARD OF THE GRANT, THE CITY SHALL ENTER INTO A MOWING AND MAINTENANCE AGREEMENT WITH THE GEORGIA DEPARTMENT OF TR.ANSPORTATION. WHEREAS, many roadside areas and median strips within Department of Transportation rights of way must be maintained and attractively landscaped; and WHEREAS, the Augusta Commission beautifies and improves various rights of way by landscaping within the City; and WHEREAS, the Augusta Commission wishes to authorize the Administrator to apply for a GATEway Grant from the Georgia Department of Transportation, and if awarded, to enter into a Mowing and Maintenance Agreement between City and the Georgia Department of Transportation. NOW THEREFORE, BE IT RESOLVED by the Augusta Commission Section 1. The Augusta Commission hereby authorizes the Administrator to apply for a GATEway Grant. Upon award of the grant, the City shall enter into a Mowing and Maintenance Agreement between the City and the Georgia Department of Transportation. Section 2. The City/County Clerk of Augusta is hereby directed to send copies of this Resolution to the Department of Transportation and all other persons as directed by the Augusta Cammission. APPROVED AND ADOPTED b the Augusta Commission at the regular meeting assembled this ,5 � day of �C���e./2� AT ST: ��-�� -._._ CITY/CO NT CLERK �� EXECUTIVE OF ICER (City Seal) ��'�I APPROVED AS TO FORM: � � CITY/COUNTY ATTO EY , � ` Print Farm t ` , � ,. ._ _ _ �J�������'L��Y� Grczr�t P�ogra��? ...,.�,r.,.,:::y.��.,,�.� , MEMORANDUM OF UNDERSTANDING BETWEEN .�e-.�'ll(7"UST� Coc�N� einaftercalledthe"GRANTEE", and the Georgia Department of Transportation, hereinafter called the "DEPARTMENT", RELATIVE TO The GRANTEE assuming responsibility for tasks associated with design, administration, or plant installation, and maintenance for Special Encroachment permit application project name G14 { d'�"�1� /�� �"c_'T'IOIv , hereinafter called the "PROJECT". G�/FTK'Nky �N �-�A MCe�M 6'kT I. IT IS THE INTENTION OF THE PARTIES: The GRANTEE fund 100% of cost for maintenance, design, administration, construction, equipment, or mitigation for the PROJECT. II. IT IS AGREED: A. That plant material funding will be dependent upon the GRANTEE obtaining a special encroachment permit from the District Traffic Operations Office meeting appropriate safeTy, access, and design standards; B. That nothing contained herein shall obligate the DEPARTMENT to proceed with subsequent stages of the PROJECT. C. That the GRANTEE'S expenditure prior to execution of an Agreement with the DEPARTMENT for funding plant material of the PROJECT shall be at the sole cost and risk to the GRANTEE. Should the GRANTEE or the DEPARTMENT ctetermine that for any reason the PROJECT is unable to enter subse,quent stages, the DEPARTMENT is not responsible for reimbursement of local funds expended on the PROJECT. III. The GRANTEE shall Certify that they have read and understand T.O.P.P.S, document 6755-9 — Landscaping on the Right of Way and will comply in full with said provisions. IV. The GRANTEE shall certify that the local government entity sponsor shall sign a Mowing and Maintenance Agreement to maintain the landscaped site for 50 years. V. The GRANTEE sha11 submit a record of progress from start to completion, receipts showing how the PROJECT money was spent, and photos of the final implementation of the PROJECT to the Department's State Office of Maintenance along with a concise electronic presentation file for use at a Roadside Enhancement and Beautification Council meeting. The design activities shall be accomplished in accordance with the 1 . , . , � , �� � applicable guidelines of the American Association of State Highway and Transportation Officials, hereinafter referred to as "AASHTO", and constructed in accordance with the DEPARTMENT's Standard Specifications Construction of Transportation Systems, Current Edition, PROJECT schedules; and applicable guidelines of the DEPARTMENT when portions of the project are on state routes. VI. The PROJECT construction plans and right of way plans shall be prepared in English units. VII. The GRANTEE shall follow the DEPARTMENT's procedures for identification of existing and proposed utility facilities on the PROJECT or parts of the PROJECT within the right of way of state routes. These procedures, in part, require all requests for existing, proposed, or relocated facilities to flow through the DEPARTMENT's District Access Management Supervisor and the District Utilities Engineer. VIII. The GRANTEE will be responsible for performing the construction supervision and documentation for the project. At the discretion of the Department, additional erosion control measures will be performed on the project when deemed necessary by the Area Engineer. IX. The GRANTEE shall be solely responsible for advertising and awarding the construction contract for the PROJECT. X. The GRANTEE shall be responsible for the professional quality, technical accuracy, and the coordination of all designs, drawings, specifications, and other services furnished by or on behalf of the GRANTEE pursuant to this AGREEMENT. The GRANTEE shall correct or revise, or cause to be corrected or revised, any errors or deficiencies in the designs, drawings, specifications, and other services furnished for this PROJECT. The GRANTEE shall also be responsible for any claim, damage, loss or expense that is attributable to negligent acts, errors, or omissions related to the designs, drawings, specifications, and other services furnished by or on behalf of the GRANTEE pursuant to this AGREEMENT. XL Both the GRANTEE and the DEPARTMENT hereby acknowledge that time is of the essence. The GRANTEE shall have thirty (30) months from the Date the Memorandum of Agreement is signed after the Encroachment Permit is approved to expend the awarded funds. The Department reserves the right to reduce the Award Amount if the cost for the project is lower than the estimated construction cost or the scope of the project is reduced. XIV. This AGREEMENT is made and entered into in the State of Georgia, and shall be governed and construed under the laws of the State of Georgia. The covenants herein contained shall, except as otherwise provided, accrue to the benefit of and be binding upon the successors and assigns of the parties hereto. 2 �� � t , � * r � � �� ,� ��� �� �' t���� � .�+?""'� < . �� � ,; , � r _ �. ? +' �*, � ��* , � .,r . , fi �`� II•t WITNESS WHEREOF, the DEPARTMENT and the GRANTEE have caused these presents to be executed under seal by their duly authorized representatives. The parties hereto have executed this Memorandum of Understanding, this day of ,20 DEPARTMENT OF TRANSPORTATION .,�,,.-_ � C� �� - ` mmissioner �� Grantee ATTEST: ttn ss "'�.�`��'�'_'� �° �•�4 Treasurer ��.4�C;$�;,�'� �Q Date � 'O ��G �l � ��� - ' . • �C d�. e � � � c o ./ � �� y ! . � �Ir c� - m � w� �,g �' e L"`�f. °.\P r`� {' �.F ° t "t?;t; �O �` '�? e .� � y p ���.. ��@� �4fThwi,.`�n . �� ���� k - `�. � �e.�s� `Fti.,.. � I $ i �' � � i�. : �� 3 ; :�� l? v _ _.. _ � ° � >°T "�' ,t�EPAR7'MENT OF TRANSPQRTATION � , , � ""' °"'°�' ---���. STATE OF GEORGIA ` {if 4` !)•�'?�T f9TLAN"1'A, GF.'ORGIA .30334-I002 �fion Uor i,sr_ r�rv,c r� n�r�� ���;�,c� y'-o�`c f:>.� !)istricr A'o. 2 : (.AF°PGR APPRO\':iL) .'� ^ � �` . �7 �+���« A��i�cn��� r %'� /", � y�, Stnte Hfghw�ry� No. 000400 � lc:llow �eieralURiee � �r�?,,_ �� 1ti�1jC�)OS!lVO- 2�.6� � IIluc D s�r c� 1 ng�nccr �'r� �I �� � . ���„ f�<� a i„} ��.,�, �,�.�. C�unt y Richmond � "•-., l 1 1 d.,,o:`� )�('I'l7111 lVO. ^�___ � �-��,,... _ �i-�oii-n�a_2a� � � .a.PPLICATIO�i AtiI� YERMIT FOI2 SPECTAL ENCROACHMENT Tracking # 249467 � � TO: GEORGIA DEFARYMENT OF TRANSPOftTA710N, /�TLANTA, GLORGIA 30334-1002 � � y A}�plication is hereby made by AugustatRichmond County Commission (i06) 821-1796 � �� � �'anu of Applicant Y � . � — . (��ca Codc.) Pl�one �o ' 525 Telfai� Street Augusta, Georgia 3d901 � � Posi O�ec Addreix .��. Ci;y and S�ale ---- Z�p Ctuic � for pe�•nvssion to accomplisti work on the'Right-of-Way of.STATE H/GHW,43'A'O. ^�_,_ 000400 060100 Augusta Richmond US. witl�in tlie City Linrits of und i�� Cou»t in accordance ���ith the. ATTACIIED PLA;�S and subject to the Rules and Regulations for Driveway and Lncroachment Control an file in tiie Creneral Office af'the Georeia Dapartment of Transportatinn, and made a part hereof by reference ther�to, aud aizy SPECIAL RrQL'IREMENTS set forth herein. The description of the proposed evork is to: tand scap e improvements at the intersection of S.R.4fU.S.11Deans Bridqe Road and S.R.fOIU.S.781Gordon Hiqhway For a Gatewav Grant. 7he propased «�ork site ix located on the property on t1�e W side of the highway beginning _ 500 Peet, \' S E ��' FromNem�esi5ircct S of the center line, of S.R. 1Q(U.S.78JGordon Highway and Fronting _ 5 N S[. N' � � �. Ncarts� Stmet or Road To��{ Fronmgo C�sed �� Feet further N along said Highway; and at mile post 20.61 _ _ h s e ��� Pernu requested this November day of' 1st , 2Q 11 , - ��7�� ' � - f _ ��, David S . Copenhaver 1tlincss �n in - on Ail pic � Typa m Pnnt Nnme � _ �.�.C/`�r.,.,_, �___ __ tVdnext m f on i�il Copic> � Sign m Ink un AII Copies Title �t a� ��j�-- If �yenr or OlTicial fnr Appl�cant FOR1V1 TO BE CONIPLET�D BELOW 1'HIS t�INE BY GEORGIA DEPARI"MENT OF TRANSP012TATION � Nan-Limifed Access - Approval by District Office ❑ Limited Access - Approval by General Office �� � SPEGIAL REQUIREMENTS: (by DOT only) Base and paving to be equal to or better than #hat which now exists on the State Route System. Final design to be veritied and approved by the responsibfe DOT Engineer. Permit is approved in accordance with the revisions in red as shown on the plans. Permit must comply with the GDOT Standards and Specifications Construction oF Transportation Systems 2001 Edition and the current apprvved edition of the MU7CD. t'E12.'�41T GR?.NT£:D to perform tl�e above-described �vork in accordance witli REQCJTREML-N"I'S of the Geoi•gia l�eparhuent of Trausportation; this 9th day of Aecember Y _ , 20 _ 11 . 7his pm•rni� is to l�c� stricrly constn�ed and nf� work other �Hmr �hnt sp�cr f��,u,� DEPARTMENT OF TI2ANSPORTATIUN descr�ibecf alrove is Ger eb}` nt+rHorized. The �ti-ork atuharized herei�t rnusl Gegin ST�A7`� ��+ G�O�(�IA �,�idrir� tl�f'ee mon�hs fiz>n+ the dnte n/ n/�prncn! and uu�s! becoute completed ar� ' n scl�cdu/e sori�fncra;r io rl�e deprrrtn�enr ;;nd nnr rri ercecd txelve months Ji•oui rlle dntr° dm peru:U is appro„ed. B)' -�� � _— h�mW4 .cM�. ayCe�madet:,in eetd!hcW �K axqveAUw^ MnInpUYtlr'r04'a^ma t Acq.yd tnc�am,a�•s� O��enw�slN%�caeiirei�coce-a�ov�e.�em�.oa�^� a�a��re��.a3sitw.ensnm: ,�3tt1C5 �. Stt11I}l. [��S�CI �tl�li]Chl' Du o�ernno ic cm rd m�+u e�rrc d a�q dspa� ecrce�ix�g �nu sF�a��m po�ns�o,�s d l�s ee��:N u any rta]G;aeene io seme Trtle ��� � �'�,1�� f -t `� — C � �+ �- {c_._" n �- � 4 �% � � �.1 I 1" �' '�' - t I ( � �. � � Of TR �S � � � � � � }� � + f. ` � I ;,r ,,�'� ,?�' �•��, Keith Gol 'en, P.�., Commissioner `4 ' ° GEORGIA DEPARTMENT OF TRANSPORTATION � �� `,�� � k,,;;�, � 2 � One Georgia Center, 600 West Peachtree Street, NW �:t �'�"`� *;" Atlanta, Georgia 30308 k ; , � s j,.° Telephone: (404) 631 �1QOQ _ l4T F ♦ OF GEO�� r ; ' - - - 4�,�.,,. December 9, 2011 �� DEC � � � 20; f , � :�� �: � �; %_j�- � ; ,.�.--__ , Augusta Planning and Development Department 525 Telfair Street Augusta, Georgia 30901 A ttn: Mr. Geor�e A. Patty RE: SPECIAL ENCROACHMENT PERMIT NUMBER 11-2011-014-245 STATE ROUTE 4- MILEPOST 20.61 - RICHMOND COUNTY - TRACHING # 249461 Dear Applicant: � Your permit application to perform specified work within the right of way limits of the above referenced State Highway has been duly executed on behalf of the Department of Transportation. However, construction work as approved by the permit must begin within 90 days of this approval letter or the pertnit will be void. Your permit copy has been forwarded to, Ronnie Sanders, Area Permit Inspector. His address is 4260 Frontage Road, Augusta, Georgia 30909. His phone number is (706) 855-3466. It will be necessary for you or your representative to contact the Area Permit Inspector to claim your permit copy and identification sign, discuss the beginning of construction date, and methods of complying with permit requirements. He will set the time that he can furnish personnel for the required supervision of your work. Please contact him at least 24 hours in advance of your planned construction beginning time. It is suggested tl:at yoa co::tac* him by telephone �efo:e any pers: ::al visit�. Yeu: approved p: r,�it and a �opy of the appro�.�ed plans are required to be kept on the construction site at all times during construction. `�'ith this approval, as the applicant, you agree to make any utility relocation or adjustments deemed necessary by the Area Permit Inspector, and abide by the special requirements attached to the application. � a� .. � � �. ' , : Please notify the Area Permit Inspector upon completion of work under this permit so that a final inspection may be conducted. Upon approval of completed work, your permit will be released. You should request said inspection only after you feel that all work has been completed in compliance with all requirements and a satisfactory stand of grass has been obtained. No work under this permit is to be considered accepted by the Department until you are so notified in writing by the District Engineer. Yours very truly, DEPARTMENT OF TRANSPORTATION � �,-�,;� � u�� BY: Todd Price District Access Management Supervisor FOR: James H. (Jimmy) Smith, P.E. District Engineer TP:kne Attachment C: Daphne Cautela, State Access Management Supervisor Michael Keene, Area Engineer (Attention: Ronnie Sanders) i ¢,,. t ' t.� ,... h%,;'.,.,..:� ,�,�..'". . {ie:", : ''�,� �(/77418 ' � � °", .� 1tev. 07Po t/ 198 9 ... Rev 12/05/t991 INDEMNITY AGREEMENT Rev O6/Ot/2000 Indemnity Agreemenl entered into this day of , 20 , by and between (DAY) (MONTH) (YEAR) AugustalRichmond County Commission (hereinafter calied lhe APPLICANT) and the GEORGIA DEPARTMENT OF TRANSPORTATION, as agency of the State of Georgia with offices at No. 2 Capitol Square, Atlanla, Georgia 30334-1002 (hereinafter called fhe DOT); WITNESSETH: For and in consideration of the DOT's grant of permission for irrigation and landscaping within State Route Right of Way (hereinafter called the ENCROACHMENT . as indicated on Permit # 11 •2011-014•245 ) on the right-of-way of State Route 000400 , in Land Lot of fhe Land Districf of Richmond County, Georgia. The APPLICANT shall and does agree to indemnify and save harmless the DOT and DOT's agents, o�cers, servants and employees from any and all lawsuits, actions or claims of any character brought because of any injuries or damage received or sustained by any person, persons or:property arising out of the construction, operation and/or maintenance of the ENCROACHMENT located as described herein. The APPLICANT shall and hereby agrees to maintain the ENCROACHMENT in good repair at the APPLICANT's sole expense and shall and does hereby release DOT from any claims arising out of the APPLICANT's failure to so maintain the ENCROACHMENT. The APPLICANT shali and hereby agrees to make all repairs af its own expense for any damage caused by DOT employees or agents to the ENCROACHMENT which is located on DOT right-of-way in accordance with the permit numbered above and issued with fhis agreement. The DOT reserves lhe righl to enter the area described in the ENCROACHMENT to ensure the area is being maintained in accordance with DOT safety and maintenance standards. DOT shall notify the APPLICANT of any repairs which need to be made and the APPLICANT shall correct the problem as soon as such notification is given. If the APPLICANT has not made said repairs within a reasonable period of time, the DOT may enter the property to effecf such repairs. The APPLICANT shall reimburse the DOT for any cost incurred as a result of DOT's performing such repairs. The DOT reserves the right fo terminate this Indemnity Agreement al any time upon �hirfy (30) days written no(ice to the APPLICANT. Upon receipt of such notice as specified by DOT, the APPLICANT at ils own expense shall be responsible for removing the ENCROACHMENT and refuming the area to its original condition or a subsfituted condition acceptable to DOT. Permif # 11•2011•014•245 �emnity Agreemenf shall be for a period of fifty (50) years, commencing upon execution hereof by DOT, subject to any rights of �re hereinabove set forlh. #sfierein conlained shall excepf as olherwise provided accrue to the benefit of and be binding upon the successors and assigns of the #o: �" �5S WHEREOF, the parties here�o have executed fhis Agreement, individually or through lheir authorizetl o�cers, agents or atlorneys-in- ����he same case may be, causing their respective seals to be affixed hereto lhe day and year first above writfen. ,w ,:` ., °: DEPARTMENT OF TRANSPORTATION 4 APPLICANT F 3y� - (SEAL) Corporate Seal required for Corporafions ' (Commissioner) [Plus fwo (2) Signatures) �TTEST: � _ C.S� �('� ��---�.` Signature of Property Owner (or Corporafe Officer) Treasurer (STATE SEAL) � Corporate O�ce (or Another Property Owner) � Unofficial Witness Typed Name of Owner (or Typed Names & Titles .of Corporate Officers who signed above) .. � `-�' � � _--,�'' Signature of APPLICANT RECORDED Typed Name of APPLICANT (and Title if Applicable) Book No. Page 3te County Page ot ry Public �� P��� Rkhmo�d County, Geor9la Commission Expiratio . My ���n E�Cpires Dec. �. �» malifcuiiwu or ch�ngcs me� bc madc io Wc icxi of�his iudcmni�� ugrccmrni, mdcs: agccd upun i Hriling by ihc Dcperuucw A�o, o���,� (NOTARIAL SEAL) n for ih�s ii�dcnii�iiv aercciiiu�i is oii �Ic N�iil� �ic Dcparinicn�'s O�cc ofTr�aRc Oper�iiais. Ga�cr�l Ofli<c aiid �hc laii�vu�rc ilicrcin shall bc �i�cd lo coi�lrol i�� Ilic crci�i of diiy dispuic wncrniii�g iht spccifc provisions o��his indcn�ni�y nyrcuiicni or �niiy niotlifc;iiioiis w 5'dmc. Rev: May 21, 2010 RIGHT' OF WAY MOWING AND MAINTENANCE AGREEI�IENT By and Between THE GEORGIA DEPARTMENT OF TRANSPORTATION AND AUGUSTA / RICHMOND COUNTY COMMISSION Special Encroachment Permit #11-2011-014-245 THIS AGREEMENT made and entered into this day of , 20 by and between the DEPARTMENT of Transportation, an agency of the State of Georgia, hereinafter alternately referred to as "DEPARTMENT" or "LICENSOR", and AUGUSTA/RICHMOND COLINTY COMMISSION hereinafter referred to as "LIC�NSEE". WHEREAS, the DEPARTMENT desires to enter into a public/private partnership to perform certain services relating to mowing and maintenance within DEPARTMENT'S right of way, hereinafter called the "PROJECT", and WHEREAS, the LICENSEE has represented to the DEPARTMENT that, if such permission is granted to the LICENSEE, LICENSEE shall bear all costs and liability associated with the PROJECT; and WHEREAS, the LICENSEE has represented to the DEPARTMENT that they are qualified aild experienced to provide such services and the DEPARTMENT has relied upon sucll representations; NOW, THEREFORE, for and in consideration of the mutual promises and covenants as herein contained, it is agreed by and between the parties hereto that: . ARTICLE I SCOPE OF PROJECT The DEPARTMENT shall pern�it the LICENSEE to perfonn or cause to be performed, the PROJECT consisting of certain services related to maintaining an identified section of the DEPARTMENT'S rights of way. This pennission shall be granted by the means of this Agreement for the entire scope of the PROJECT, as set forth herein. The maintenance duties and responsibilities of the LICENSEE are defined and set forth in Article XI — MAINTENANCE WORK PLAN of this Agreement, and further enumerated and described in Exhibit `A' — Application and Permit for Special Encroachment with approved drawings or final working dra�vings for a Department-approved construction PROJECT. Exhibit `A' is attached hereto and incorporated by reference as if fully set out herein. The PROJECT location shall be defined or delineated as part of Exhibit `A'. The required Special Encroachment Permit and/or the construction PROJECT final working drawings are to be approved or issued by the DEPARTMENT. Should the LICENSEE desire that these maintenance services be performed by a third party, LICENSEE and the third party shall enter into subsequent agreement, whereby the LICENSEE shall assume all responsibility of repayment to the third party for those services to be rendered as set forth in Article XI - MAINTENANCE WORK PLAN. The Agreement between LICENSEE and any third parties to this Agreement, shall ineet all operational and administrative requirements, including the provisions of liability insurance, set forth by the DEPARTMENT, and all liability associated with the PROJECT shall be borne by LICENSEE and any third parties, as set forth in Article VIII, herein. ARTICLE II EXECUTION OF CONTRACT AND AUTHORIZATION TIME OF PERFORMANCE Time is of the essence in this agreement. The LICENSEE shall execute this Agreement and return it to the DEPARTMENT within thirty (30) days after receipt of contract forms from the DEPARTMENT. The LICENSEE shall begin work on the PROJECT under this Agreement immediately after receiving a signed and executed copy of the Agreement (unless noted otherwise in Exhibit A or upon PROJECT construction completion). Subject to the terms and conditions set forth in this Agreement, and upon execution of this Agreement, the DEPARTMENT grants the right to the LICENSEE to mow, edge, and maintain, as set forth in Article XI- MAINTENANCE WORK PLAN, that specific section of right-of-way identified in this Agreement, and herein defined as the PROJECT. The duration of this Agreement shall be for fifty years from the date above first written unless terminated sooner by the DEPARTMENT or LICENSEE. ARTICLE III SUBSTANTIAL CHANGES If, prior to the satisfactory completion of tlze services under this Agreement, any party materially alters the scope, character or complexity of the services from those required under the Agreement, a Supplemental Agreement shall be executed between the parties. It is understood, however, that LICENSEE shall not engage in any activities or conduct any work which would be considered to be outside the scope of the permission granted to LICENSEE by the DEPARTMENT. Minor changes in the work which do not involve increased compensation, extensions of time or changes in the goals and objectives of the work may be made by written notification of such change by any party with written approval by the other parties. ARTICLE N ASSIGNMENT It is understood by the LICENSEE that the work is considered personal and, except as provided for in Article I, LICENSEE agrees not to assign, sublet or transfer any or all of their interest in this Agreement without prior written approval of the DEPARTMENT. ARTICLE V CONTRACT DISPUTES This Agreement shall be deemed to have been executed in _Fulton County, Georgia, without reference to its choice of law doctrine, and all questions of interpretation and construction shall be governed by the laws of the State of Georgia. Any litigation arising out of this contract shall be commenced within the State of Georgia. The foregoing provisions shall not be construed as waiving any immunity to suit or liability, including without limitation, sovereign immunity which may be available to the Department. ARTICLE VI INSURANCE Prior to beginniug work, the LICENSEE shall obtain and certify to the DEPARTMENT that it has the following minimum amounts of insurance coverage: (a) Workmen's Compensation Insurance in accordance with the laws of the State of Georgia. (b) Public Liabilitv Insurance in an amount of not less than one hundred thousand dollars ($100,000) for injuries, including those resulting in death to any one person, and in an amount of not less than three hundred thousand dollars ($300,000) on an account of any one occurrence, or proof of self insurance. (c) Propert Dama�e Insurance in an amount of not less than fifty thousand dollars (�50,000) from damages on account of any occurrence, with an aggregate limit of one hundred thousand dollars ($100,000), or proof of self insurance. (d) Valuable Papers Insurance in an amount sufficient to assure the restoration of any plans, drawings, field notes, or other similar data relating to the work covered by the PROJECT, (e) Insurance shall be maintained in full force and effect durin� the life of the PROJECT. The LICENSEE shall furnish upon request to the DEPARTMENT, certificates of insurance evidencing such coverage. These certificates shall also provide that the insurance will not be modified or canceled without a 30 day prior written notice to the DEPARTMENT. Failure by the LICENSEE to procure and maintain the insurance as set forth above shall be considered a default and cause for termination of this Agreement and farfeiture of the Performance and Payment Bonds. The LICENSEE shall, at least fifteen (15) days prior to the expiration date or dates of expiring policies, deposit certified copies of renewal, or new policies, or other acceptable evidence of insurance with the DEPARTMENT. ARTICLE VII COMPENSATION It is agreed that LICENSEE shall conduct all work at no cost to the DEPARTMENT, and without compensation from the DEPARTMENT. It is further agreed that any and all issues relating to compensation and payment shall be resolved by and between LICENSEE and any successors, subcontractors, or assigns thereto. The DEPARTMENT and LICENSEE further agree that, should the DEPARTMENT be required to conduct any inspections and/or supervision of the PROJECT beyond that which would norn�ally occur in the ordinary course of the DEPARTMENT'S maintenance activities, LICENSEE shall reimburse the DEPARTMENT for such inspection and supervision. The rate of reimbursement for the DEPARTMENT'S inspection and supervision shall in no case exceed a rate determined to be reasonable by the parties. Should LICENSEE and the DEPARTMENT desire to change this agreement at a later date to provide for compensation to LICENSEE, or any successors or assigns thereto, such change shall only be permitted by a supplemental agreement as set forth in Article III herein. Any supplemental agreements involving compensation shall be subject to the DEPARTMENT review and approval. —_ _ _ ARTICLE VIII RESPONSIBILITY FOR CLAIMS AND LIABILITY LICENSEE NOT AGENT OF DEPARTMENT LICENSEE, and all successors and assigns thereto, shall save harmless the DEPARTMENT, its officers, agents, and employees from all suits, claims, actions or damages of any nature whatsoever resulting from the performance of work assigned to LICENSEE under this Agreemeilt. LICENSEE further agrees that they shall be fully responsible for injury or damage to landscaping, landscape related items, and any other non-standard and decorative elements installed by or for the LICENSEE within the right of way, and for any damage to the DEPARTMENT'S signs, structures, or roadway fixtures, if LICENSEE causes the damage. These indemnities shall not be limited by reason of the listing of any insurance coverage. It is further understood and agreed that LICENSEE, or any successor or assigns thereto, in the conduct of any worlc involved in the PROJECT, shall not be considered the agent of the DEPARTMENT or of the State of Georgia. ARTICLE IX TERMINATION OF CONTRACT The DEPARTMENT may terminate this contract for just cause at any time by giving of thirty (30) days written notice of such termination. Upon receipt of such notice of termination, LICENSEE shall discontinue and cause all work under this contract to terminate upon the date specified in the said notice. In the event of such termination, the DEPARTMENT shall be paid for any amounts as may be due it as specified in Article VII up to and including the specified date of termination. LICENSEE shall have the right to terminate this contract at any time, provided that such termination is first approved by the DEPARTMENT, and that the DEPARTMENT is reimbursed in full for all services rendered pursuant to Article VII. The DEPARTMENT and LICENSEE further agree that, should the DEPARTMENT allow the LICENSEE to terminate the agreement, the termination, unless determined otherwise in writing by the DEPARTMENT, shall be contingent upon the following: A. The LICENSEE, at the discretion of the DEPARTMENT, removing the planted landscaping, landscape related items, and any other non-standard and decorative elements that were installed by or for the LICENSEE at no cost to the DEPARTMENT. B. The LICENSEE restoring the removed landscape areas to their original condition or a condition that meets federal standards and is acceptable to the DEPARTMENT. C. The LICENSEE restoring the removed non-standard and decorative elements with standard DEPARTMENT elements that meet federal and state requirements. D. The LICENSEE reimbursing the DEPARTMENT in full any state and/or federal funds used to purchase and install the landscaping, landscape related items, and other non- standard and decorative elements that are no longer to be inaintained by the LICENSEE. The DEPARTMENT and the LICENSEE agree that, should the LICENSEE fail to perform the maintenance, as set forth in Article XI - MAINTENANCE WORK PLAN, the DEPARTMENT may require the LICENSEE to remove, restore, and reimburse according to items "A", "B", "C", and "D" above, as applicable, and then terminate the agreement. ARTICLE X COMPLIANCE WITH APPLICABLE LAW The undersigned certify that: A. This Agreement is subject to applicable state and federal laws, standards, and rules and regulations. B. The provisions of Sections 45-10-20 through 45-10-28 of the Official Code of Geargia Annotated relating to Conflict of Interest and State Employees and Officials Trading with the State have been complied with in full. C. The provisions of Section 50-24-1 through 50-24-6 of the Official Code of Georgia Annotated, relating to the "Drug-Free Workplace Act" have been complied with in full. • ART�CLE XI EXHIBIT A MAINTENANCE WORK PLAN/LANDSCAPE MAINTENANCE AGREEMENT For all maintenance ac�ivities, at a minimum, abide by the Federal Manual of Uniform Traffic Control Devices (MUTCD) standards, current edition, for temporary traffic control. Move equipment or materials on or across a traveled way in a manner as not to unduly interfere with traffic. Irrigation systems • Winterize entire system each year— draining lines and adjust control settings to avoid freeze damage � Maintain and monitor spray heads so they do not overspray on to paved areas or in pedestrian circulation paths • Replace broken sprinkler heads or piping immediately • Test system for operation efficiency a minimum of once a quarter — Check the controller settings and manually test each zone � Adjust automatic controller settings for least amount of evapotranspiration • Maintain a working shut-off valve at the meter connection and monitor system for leaks to avoid safety issues Watering • Provide adequate water to maintain healthy plant material • Water in a lnanner that it does not endanger pedestrian or vehicular traffic • Water according to the state or local government restrictions Seasonal Color (Annuals and Herbaceous Perennials and Roses) • Ins�all and maintain plant material at a height that does not interfere with clear sight lines for both pedestrians and vehicular traffic according to the Department's sight distance criteria • Maintain bare areas in seasonal beds with a minimum 3 inch cover of mulch � Cut back perennials each year after they are spent to keep the beds free of vegetative debris • Maintain any rose shrubs at a heiglit that will not obstruct existing directional signs or � driver sight lines. Ornainental Grasses • Trim away dead foliage from ornamental grass clumps in February. Pruning • Remove dead or diseased planted vegetation. • Prune trees, shrubs and ground covers to maintain the health of the plants and to maintain in the intended design character of the plant (no stump pruning or lollipop/ball shapes) • Prune trees, shrubs, and ground covers as needed to remove damage by stonn or accident events and to prevent safety hazards. Prune to maintain open sight distances, clear zone areas and traffic sign visibility. Provide clearance for pedestrian and vehicular traffic mobility. • Prune according to American National Standards Institute, latest edition, A300 Part 1 pruning standards Plant Replacement • Replacement of dead or diseased vegetation of planted material within the project limits is the responsibility of the LICENSEE • Replacement plant material must be according to the Department's landscaping policy 6755-9 and Special Provision Section 702. Weeding • Maintain right of way free of weeds, exotic and invasive pest plants, undesired vegetation and other noxious weeds � All Pesticide/Herbicide use shall be under the direct supervision of someone with the appropriate Commercial Category 27 (right of way use) license. • When pesticides/herbicides are being applied the person applying shall have in their possession all labeling associated with the pesticide/herbicide and their license/certi fication. • Post warning signs for pesticide/herbicide use as required by state code. Mowing and trimming of grass • Maintain a neat appearance and clear sight lines for pedestrian and vehicular traffic. Mulching • Replace mulch in plant beds as needed to maintain an attractive, fresh look at a 2-3" depth • Maintain mulch so that it will not spread or wash on to pedestrian paths or traveled lanes Litter • Coinpletely remove all litter and debris and other objectionable material on site. • Do not deposit or blow litter, debris and vegetation into gutters or drainage structures. • Make disposal in accordance with local and state laws. • Remove all graffiti within project limits NOTE: All inajor maintenance repair activities and activities that may interfere with traffic or pedestria�� flow within the right of way project limits, such as travel lane/walkway closures, require the LICENSEE notify the Department at least 48 hours prior to the activity to coordinate and gain Department approval. The covenants herein contained shall, except as otherwise provided, accrue to the benefit of and be binding upon the successors and assigns of the parties hereto. IN WITNESS WHEREOF, said parties have hereunto set their hand and affixed their seals the day and year above first written. GEORGIA DEPARTMENT OF TRANSPORTATION Commissioner or designee ATTEST: Angela Whitworth Treasurer LICE SEE: `�, r� � - !N'� Yd�?� (Title) Swo to before me this day of , 20�. � NOTARY PUB IC NoterY Public, Richmond Cou�tY� Cieo�9ia My commission expires My Commission ExPire$ Dsc. 2 2��� , EXHIBIT `A' (Attach the Application and Pernut for Special Encroaclmlent with approved drawings or the finai working drawings for a Department-approved consttuction) THEAMERICAINSTITUTEOFARCHITECTS AIA DocumentA101 Sta dard Form of Agreement Between Owner and Contractor where the basis of payment is a STIPULATED SUM 1997 EDITION-modified THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES; CONSULTATION WITHAN ATTORNEYIS ENCOURAGED WITHRESPECT TO ITS COMPLETION OR MODIFICATION. The 1997 Edition ofAlA Documend A201, General Conditions of the Contractfor Construction, is adopted in this document by reference. Do not use with other general conditions unless this document ds modified. AGREEMENT made as of the day of February in the year of Two Thousand and Twelve BETWEEN the Owner: Augusta, Georgia 530 Greene Street — Room 801 Augusta, Georgia 30901 and the Contractor: Davis Lawn Care, LLC 316 UN Court Suite e Grovetown, GA 30813 The Project is: Landscaping GDOT Right of Way at the South East Quadrant of the Intersection Gordon Hwy & Dean Bridge Road The Project Manager is: Sam Smith Augusta, Georgia Recreation Parks and Facilities Department The Owner and Contractor agree as set forth below. Table of Articles 1. The Contract Documents 2. The Work Of This Contract 3. Date of Commencement and Substantial Completion 4. Contract Sum 5. Progress Payments 6. Final Payment 7. Miscellaneous 8. Termination or Suspension 9. Enumeration of Contract Documents 10. Attachment 1: Additional Provisions ARTICLE I THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Clarifications issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement; these form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representation or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications, appears in Article 9. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall execute the entire Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others, including, but not limited to the following: Augusta, Georgia seeks a vendor for landscaping improvements. The project will consist of landscaping improvements at the southeast quadrant of the intersection of Gordon Highway and Deans Bridge Road. The improvements will be located between the edge of the pavement and the property line within the right-of-way owned by the Georgia Department of Transportation. Plans and specifications are included with the Contract Documents. The project will consist of clearing existing, vegetation as needed, utilizing dirt provided at the site by Contractor to create breams, other minor grading as needed, erosion and sedimentation control using best management practices, installing irrigation beginning at an onsite water source to be provided by Augusta, providing and installing plant material and turf, mulching, soil enhancement and providing traffic control. Since the project is located within the GDOT right-of-way the project must follow GDOT T.O.P.P.S document 6755-9-Landscaping on the right-of-way — and adhere to all rules for traffic control. Contractor will provide transportation of dirt from Augusta's wastewater treatment plant to the site of the project priced per cubic yard as shown in Section 4.3 of this contract. ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 3.1 The date of commencement is the date from which the Contract Time of Paragraph 3.2 is measured, and shall be the date of this Agreement, as first written above, unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. Work will commence on the date established in the Notice to Proceed. All work will commence no later than one (1) day from the date of the Notice to Proceed. 3.2 The Contractor shall achieve Substantial Completion of the entire Work not later than March 1, 2012, unless an extension is granted by the owner. If the Contractor neglects, fails or refuses to complete the Work within the time specified, then the Contractor shall pay to the Owner as liquidated damages for the delay of final completion, and not as a penalty, the amount of: (i) $500.00 per calendar day until the owner issues the Certificate of Substantial Completion. ARTICLE 4 CONTRACT SUM 4.1 The Owner shall pay the Contractor in current funds for the Contractor's performance of the Contract the Contract Sum of Thirty-One Thousand Eight Hundred Sixty-Five Dollars ($31,865.00) subject to additions and deductions as provided in the Contract Documents. 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: Base Bid $26,085.00 Alternate 5,760.00 (Loading, handling, and dumping of dirt at job site per Plan) Total $31,865.00 4.3 Unit prices, if any, are as follows: $5.56 per yard of Dirt (loaded, handled, and dumped at job site) ARTICLE 5 PROGRESS PAYMENTS 5.1 Based upon Applications for Payment submitted to the Owner by the Contractor and Certificates for Payment issued by Project Manager the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. 5.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month, or as follows: 5.3 Provided an Application for Payment is received by the Owner not later than the Wednesday prior to the last Friday of the month, the Owner shall make payment to the Contractor not later than the last Friday of the month. If an Application for Payment is received by the Owner after the application date fixed above, payment shall be made by the Owner at their next payment cycle. 5.4 Each Application for Payment shall be based upon the Schedule of Values submitted by the Contractor in accordance with the Contract Documents. The Schedule of Values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Owner may require. This Schedule, unless objected to by the Owner, shall be used as a basis for reviewing the Contractor's Applications for Payment. 5.5 Applications for Payment shall indicate the completion of the work as described in Bid Item Number 12-125. 5.6.1 Subject to the provisions of the Contract Documents, the amount of the payment shall be computed as follows: Based on Bid Item Number 12-125 and any contract modifications by the Owner. 5.6.2 No retainage. A 10% Bid Bond in the form of a certified cashier check is being held by the Owner in the amount of $3,186.50. ARTICLE 6 FINAL PAYMENT Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when (1) the Contract has been fully performed by the Contractor except for the Contractor's responsibility to correct nonconforming Work as provided in Bid Item 12-125. Final payment shall be made by the Owner not more than 30 days after the issuance of the Owner's final Certificate for Payments. ARTICLE 7 MISCELLANEOUS PROVISIONS 7.1 Where reference is made in this Agreement to a provision of Bid Item 12-125 or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 7.2 The Owner's representative is: George Patty, 525 Telfair Street, Augusta, GA 30901. The Contractor's representative is: Andy Davis of Davis Lawn Care, LLC, 316 UN Court, Suite 2, Grovetown, GA 30813. 7.3 Neither Owner's nor Contractor's representative shall be changed without ten day's written notice to the other party. 7.4 Additional Provisions as stated in Attachment 1, incorporated herein by reference. 7.5 Other provisions: If applicable, will be addressed by owner as an amendment to this contract. ARTICLE 8 TERMINATION OR SUSPENSION 8.1 That the failure of the Contractor to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall constitute a material breach of contract entitling Owner to declare the contract in default and to exercise any and all applicable rights remedies including but not limited to cancellation of the contract, termination of the contract, suspension and debarment from future contracting opportunities, and withholding and or forfeiture of compensation due and owing on a contract. 8.2 The Contract may be terminated by the Owner. 8.3 The Work may be suspended by the Owner. ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: 9.1.1 The Agreement is this executed Standard Form of Agreement Befinreen Owner and Contractor., Bid Item 12- 125Landscaping GDOT Right of Way for Planning & Development Department 9.1.2 The General Conditions are the General Conditions of the Contract for Construction, Bid Item 12-125 Landscaping GDOT Right of Way for Planning & Development Department 9.1.3 The Supplementary and other Conditions of the Contract are those contained in the Project Specifications. 9.1.4 The Specifications are those contained in the Project in the aforementioned specifications and listed in Section 9.1.6 hereinbelow. 9.1.5 Contract Bid Documents. attached as Attachment 2 and incorporated herein bv reference, which include, but are not limited to, the followinq: a. Invitation to Bid b. Information to Bidders c. Contractor's Qualification Statement d. Statement of Non-Discrimination e. Conflict of tnterest f. Contractor Affidavit and Agreement g. Non-Collusion Affidavit of prime Bidder h. Bid Bond i. Bid for Lump Sum Contract j. General Instructions and Conditions k. Affidavit Verifying Status (S.A.V.E) L GA Security and Immigration Subcontractor m. Non-Collusion Affidavit of Subcontractor 9.1.6 Specification Requirements SECTION 02441 IRRIGATION SYSTEM PART 1 GENERAL l A l DESCRIPTION A. Provide an underground irrigation system as shown and specified. The work includes: L Irrigation system including piping, fittings, sprinkler heads, and accessories. 2. Valves, and fittings. 3. Controller(s), control wire (if noted on plan). 4. Testing. 5. Excavating and backfilling irrigation system work. 6. Associated interior and exterior plumbing, and accessories to complete the system (if noted on plans). 7. Pipe sleeves. B. Related Documents: 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 2. Section 02490: Trees, Plants, and Ground Covers. 1.02 QUALITY ASSURANCE A. Installer's qualifications: Minimum of 5 years experience installing irrigation systems of comparable size. B. Materials, equipment, and methods of installation shall comply with the following codes and standards: L National Fire Protection Association, (NFPA): National Electrical Code. 2. American Society for Testing and Materials, (ASTM). 3. National Sanitation Foundation, (NSF). 4. The Irrigation Association, (IA). C. Exca�ating, backfilling, and compacting operations. l. Test irrigation system prior to installing backfill materials where possible. 1.03 SUBMITTALS A. Submit manufacturer's product data for controllers. B. Upon irrigation system acceptance, submit written operating and maintenance instructions. C. Provide irrigation system record drawings: 1. Located dimensioned locations of all valves. 2. Locate path of main line from service point. 3. Locate wire splice boxes. 1.04 DELIVERY, STORAGE, AND HANDLING A. Deliver irrigation system components in manufacturer's ariginal undamaged and unopened containers with labels intact and legible. B. Deliver plastic piping in bundles, packaged to provide adequate protection of pipe ends, both threaded or plain. C. Store and handle materials to prevent damage and deterioration. D. Provide secure, locked storage for valves, sprinkler heads, and similar components that cannot be immediately replaced, to prevent installation delays. 1.05 PROJECT CONDITIONS A. Known underground and surface utility lines are located on the plans. Contractor shall coordinate with General Contractor for as-built locations. B. Protect existing trees, plants, lawns, and other features designated to remain as part of the final landscape work. C. Promptly repair damage to adjacent facilities caused by irrigation system work operations. Cost of repairs at Contractor's expense. D. Promptly notify the Project Manager of unexpected sub-surface conditions. E. Irrigation system layout is diagrammatic. Exact locations of piping, sprinkler heads, valves, and other components shall be established by Contractor in the field at time of installation to conform to minor changes in construction. 1. Space sprinkler components as indicated. 2. Minor adjustments in system layout will be permitted to clear existing fixed obstructions. Final system layout shall be acceptable to the Project Manager. PART2PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Manufacturer: RAINBIRD, HiJNTER & WALLA WALLA SPRINKLER CO. 2.02 MATERIALS A. General: 1. Provide only new materials, without flaws or defects and of the highest quality of their specified class and kind. 2. Comply with pipe sizes indicated. No substitution of smaller pipes will be permitted. Larger sizes may be used subject to acceptance of the Project Manager. Remove damaged and defective pipe. 3. Provide pipe continuously and permanently marked with manufacturer's name of trademark, size schedule and type of pipe, working pressure at 73 degrees F. and National Sanitation Foundation � (NSF) approval. B. Plastic pipe, fittings, and connections: l. Polyvinyl chlaride pipe: ASTM D2241, rigid, unplasticized PVC, extruded from virgin parent material. Provide pipe homogeneous throughout and free from visible cracks, holes, foreign materials, blisters, wrinkles, and dents. a. 2 1/2" diameter and under: Bell & socket glued. (Zone Lines class 200. b. 3" and up class 200 (Main Lines unless noted differently on plans). Pipe in size 3" and greater shall be integral bell piping supplied with a rubber sealing gasket and sufficient lubricant. All fittings shall be compatible including adapters for joining to their piping materials. All gasketed pipe shall be as manufactured by Certainteed Corporation. 2. PVC pipe fittings: ASTM D2241 schedule 40 PVC molded fittings suitable for solvent weld, slip joint ring tight seal, or screwed connections. Fittings made of other materials are not permitted. a. Size slip fitting socket taper to permit a dry unsoftened pipe and to be inserted no more than halfway into the socket. Saddle and cross fittings are not permitted. b. Schedule 80 PVC may be threaded. c. Use male adapters far plastic to metal connections. Hand tighten male adapters plus one turn with a strap wrench. C. Sprinkler heads, valves, and associated equipment: 1. Refer to drawings materials list. D. Electrical control wire: 1. Electrical control and ground wire: Shall be color-coded and shall be approved for direct burial. Wire shall be sized form the controller to the valves. 2. Wire color code: Provide control or "hot" wires either black or red in color. Provide common or "ground" wires white in color. 2.03 ACCESSORIES A. Drainage fi1L• U2" to 3/4" washed pea gravel B. Fill: clean soil free of stones larger than 2" diameter foreign matter, organic material, and debris. 1. Provide imported fill material as required to complete the work. Obtain rights and pay all costs for imported materials. 2. Suitable exca�ated materials removed to accommodate the irrigation system work may be used as fill material subject to the Project Manager's review and acceptance. C. Valve access boxes: Tapered enclosure of rigid plastic material comprised of fibrous components chemically inert and unaffected by moisture corrosion and temperature changes. Provide lid of same material, green in color. Size according to number of valves in box. 1. 12" deep x 18" long x 13" wide base dimensions. 2. 10" deep x 13" diameter base dimension. 3. 9" deep x 8" diameter base dimension. PART 3 EXECUTION 3.01 INSPECTION A. Examine final gades and installation conditions. Do not start irrigation system work until unsatisfactory conditions are corrected. If work is started then conditions will be considered acceptable. 3.02 PREPARATION A. Layout and stake the location of each pipe run and all sprinkler heads and sprinkler valves. B. Place sleeves as indicated for installation of piping and control wire. 3.03 INSTALLATION A. Excavating and backfilling: 1. All excavation shall be considered unclassified excavation and include all materials encountered. 2. Excavate trenches of sufficient depth and width to permit proper handling and installation of pipe and fittings. 3. If the pulling method is used, the pipe "plow" shall be a vibratory type. Starting and finishing holes for pipe pulling shall not exceed a 1'-0" by 3'-0" opening. 4. Excavating to depths required to provide 2" depth of earth fill or sand bedding for piping when rock or other unsuitable bearing material is encountered. 5. Fill to match adjacent grade elevations with approved earth fill material. Place and compact fill in layers not greater than 8" depth. 6. Install irrigation lines with a minimum cover of 12" based on finished grades. B. Plastic pipe: l. Install plastic pipe in accordance with manufacturer's installation instructions. Provide for thermal expansion and contraction. 2. Saw cut plastic pipe larger than 1". Use a square-in-sawing vice, to ensure a square cut. Remove burrs and shavings at cut ends prior to installation. 3. Make plastic to plastic joints with solvent weld joints or slip seal joints. Use only solvent recommended by the pipe manufacturer. Install plastic pipe fittings in accordance with pipe manufacturer's instructions. Contractor shall make arrangements with pipe manufacturer for all necessary field assistance. 4. Make plastic to metal joints with plastic male adapters. 5. Make solvent weld joints in accordance with manufacturer's recommendations. 6. Allow joints to set at least 24 hours before pressure is applied to the system. C. Sprinklers, fittings, valves, and accessories: 1. Install fittings, valves, sprinkler heads, risers, and accessories in accordance with manufacturer's instructions, except as otherwise indicated. 2. Provide concrete thrust blocks where required at fittings and valves. 3. Set sprinkler heads perpendicular to finished grades, except as otherwise indicated. 4. Install pop-up gear driven sprinklers with an adjustable triple swing joint riser of at least 3 standard 90 degree elbows. Fabricate triple swing joint risers of schedule 80 PVC nipples and schedule 40 PVC elbows. The horizontal nipple connected directly into the side of the lateral line shall be a minimum of 3" long. All other nipples of the swing joint riser shall be of length as required for proper installation of the sprinkler head. a. If the sprinkler heads have a side inlet, 2 street ells and a nipple may be used instead of a double swing joint assembly. b. All gear driven heads used in shrub beds shall be set on galvanized pipe and staked vertical with reinforcing rods & zip ties. c. Set pop-up heads 2" away from walks, curbs or borders, to allow for mechanical edging operations. d. Set stationary heads 6" away from all walls. e. Provide risers on 1/2" sch. 80 P.V.C. pipe for spray heads and on 1/2" galv. pipe for gear driven heads. 5. Install in-ground control valves in a valve access box as indicated. 6. Install valve access boxes on a suitable base of gravel to provide a level foundation at proper grade and to provide drainage of the access box. 7. Seal threaded connections on pressure side of control valves with Teflon tape or approved plastic joint type compound. D. Control wiring: 1. Install electric control cable in the piping trench wherever possible. Place wire in trench adjacent to pipe. Install wire with slack to allow for thermal expansion and contraction. Expansion joints in wire may be provided at 200-foot intervals by making 5-6 turns of the wire around a piece of 1/2" pipe instead of slack. Where necessary to run wire in a separate trench, provide a minimum cover of 12". 2. Provide sufficient slack at site connections at remote control valves in control boxes, and at all wire splices to allow raising the valve bonnet or splice to the surface without disconnecting the wires when repair is required. 3. Connect each remote control valve to one station of a controller except as otherwise indicated. 4. Connect remote control valves to common ground wire system. 5. Make wire connections to remote control electric valves and splices of wire in the field, using wire connectors and sealing cement in accordance with manufacturer's recommendations. Wire splices shall be made in valve boxes and recorded on.the "record drawings". 6. Provide tight joints to prevent leakage of water and corrosion build-up the joint. E. Flushing, testing, and adjustment: 1. After sprinkler piping and risers are installed and before sprinkler heads are installed, open control valves and flush out the system with full head of water. 2. Perform system testing upon completion of each section. Make necessary repairs and retest repaired sections as required. 3. Adjust sprinklers after installation for proper and adequate distribution of the water over the coverage pattern. Adjust for the proper arc of coverage. 4. Adjust all electric remote control valve pressure regulators and flow control stems for system balance and optimum performance. 5. Test and demonstrate the controller by operating appropriate day, hour, and station selection features as required to automatically start and shut down irrigation cycles to accommodate plant requirements and weather conditions. 3.04 DISPOSAL OF WASTE MATERIAL A. Stockpile, haul from site, and legally dispose of waste materials, including unsuitable excavated materials, rock, trash, and debris. B. Maintain disposal route clear, clean, and free of debris. 3.05 ACCEPTANCE A. Test and demonstrate to the Architect and Owner the satisfactory operation of the system free of leaks. Irrigated areas will be inspected at completion of installation and after the contractor has personally inspected the operation of the system. B. Instruct the Owner's designated personnel in the operation of the system, including adjustment of sprinklers, controller(s), valves, controls, and/or moisture sensing controls. C. Upon acceptance the Owner will assume operation of the system. 3.06 CLEANING A. Perform cleaning during installation of the work and upon completion of the work. Remove from site all excess materials, soil, debris, and equipment. Repair all damage resulting from irrigation system installation. 3.07 FINAL INSPECTION CHECK LIST - IRRIGATION CHECK IF COMPLETE 1) As-built as indicated in specifications complete. 2) All zones operate properly with final adjustment on all heads. 3) All heads in approximate location as indicated on plan. 4) High-pops where indicated. 5) Pipe class or schedule as specified and minimum 12" deep. _ 6) All pop-up heads 1-2" away from curbs or walks. All stationary risers 6" away from walls and 6" above adjacent planting. 7) All risers schedule 80. 8) All turf heads on triple swing joints and spray heads on flex pipe. 9) All wire splices with waterproof wire connects and in valve boxes. 10) All valve boxes have gravel bottom. 11) Zones identified on door of controller. Final inspection will not be scheduled until the above is complete and returned to the Project Manager: Compliance with the above does not insure final acceptance. Acceptance will be determined at final inspection. The list above represents a small portion of work that is too often overlooked prior to Contractor's request for final inspection. If the Project Manager observes any non-compliance with any of the items in the above list the final inspection will be terminated and the Contractor will be billed for the inspection at a rate of $125.00/hr. from portal to portal, minimum $125.00. SECTION 02487 SODDING PART 1 GENERAL LO1 DESCRIPTION A. Provide sodding lawns as shown and specified. The work includes: 1. Soil preparation. 2. Sodding lawns, and/or other open earth areas so specified. 3. Maintenance. B. Related work (if included in construction documents): 1. Section 02441: Irrigation System. 2. Section 02490: Trees, Plants, and Ground Covers. 1.02 QUALITY ASSURANCE A. Sod: Comply with American Sod Producers Association (ASPA) classes of sod materials. B. Sod: Comply with State Crop Improvement Association vegetative propagated turf grass standards. 1.03 SUBMITTALS A. Submit sod grower's `Blue Tag' certification. Certification shall indicate kind, varieTy, quantity, harvest date and grower's name. The quantity listed on the `Blue Tag' shall match quantity required for the job. This certification is not to be confused with the State's Department of Agriculture certification. 1.04 DELIVERY, STORAGE, AND HANDLING A. Cut, deliver, and install sod within a 24-hour period. 1. Do not harvest or transport sod when moisture content may adversely affect sod survival. 2. Protect sod from sun, wind, and dehydration prior to installation. 3. Do not tear, stretch, or drop sod during handling and installation. 1.05 PROJECT CONDITIONS A. Work notification: Notify Project Manager at least 5 working days prior to start of sodding operations. B. Protect existing utilities, paving, and other facilities from damage caused by sodding operations. C. Perform sodding wark only after planting and other work affecting ground surface has been completed. D. Restrict traffic from lawn areas until gass is established. Erect signs and barriers, if necessary. E. Provide hose and lawn watering eyuipment as required. 1.06 WARRANTY A. Provide a uniform stand of grass by watering, mowing, and maintaining lawn areas until final acceptance. Resod areas, with specified materials, which fail to provide a uniform stand of grass until all affected areas are accepted by the Project Manager. No bare spots or dead sod shall be accepted. PART 2 PRODUCTS A. Sod: An "approved" nursery grown sod composed of the one of the following grass species as noted on the plans: Provide sod free of grassy or broadleaf weeds. Sod shall be Blue Tag Certified' and shall be as follows unless otherwise specified on plans: Tifway (Tifton 419 Bermuda) B. Provide well-rooted, healthy sod, free of diseases, nematodes and soil borne insects. Provide sod uniform in color, leaf texture, density, and free of weeds, undesirable grasses, stones, roots, thatch, and extraneous material; viable and capable of growth and development when planted. 1. Furnish sod machine stripped and of Supplier's standard width, length, and thickness: Uniformly 1" to 1-1/2" thick with clean cut edges. Mow sod before stripping. C. Fertilizer: l. Granular, non-burning product composed of not less than 50% organic slow acting, guaranteed analysis professional fertilizer. a. Type A: Starter fertilizer containing 10% nitrogen, 10% phosphoric acid, and 10% potash by weight or similar approved composition. b. Type B: (if installed during growing season) Top dressing fertilizer containing 31% nitrogen, 3% phosphoric acid, and 10% potash by weight or similar approved composition. D. Ground Limestone: Containing not less than 85% of total carbonates and ground to such fineness that 50% will pass through a 100 mesh sieve and 90% will pass though a 20 mesh sieve. E. Water: Free of substance harmful to sod growth. Hoses or other methods of transportation furnished by Contractor. PART 3 EXECUTION 3.01 INSPECTION A. Examine finish surfaces, grades, topsoil quality, and depth. Do not begin sodding work until unsatisfactory conditions are corrected. If started then the conditions are considered acceptable by the contractor. 3.02 PREPARATION A. Limit preparation to areas which will be immediately sodded.If weeds and foreign grasses are present, spray with approved herbicide to affect a complete kill. B. Till topsoil of lawn areas to minimum depth of 4". Remove stones over 3/4" in any dimension and sticks, roots, rubbish, and extraneous matter. C. Grade lawn areas to smooth, free draining and even surface with a loose, uniformly fine texture. Roll and rake; remove ridges and fill depressions as required to drain. Leave grade down at walks, curbs and drives to allow for flush installation of sod. E. Apply limestone at rate of 1,500 lbs. per acre. Distribute evenly by machine and incorporate thoroughly into topsoil. F. Apply Type A fertilizer at the rate equal to 1.0 lb. of actual nitrogen per 1,000 sq. ft. Apply fertilizer by mechanical rotary or drop type distributor, tharoughly and evenly incorporated with the soil to a depth of 3" by disking or other approved methods. Fertilize areas inaccessible to power equipment with hand tools and incorporate it into soil. G. Dampen dry soil prior to sodding. H. Restore prepared areas to specified condition if eroded, settled, or otherwise disturbed after fine grading and prior to sodding. 3.03 INSTALLATION A. Sodding: 1. Lay sod to form a solid mass with tightly-fitted joints. Butt ends and sides of sod strips. Do not overlay edges. Stagger strips to offset joints in adjacent courses. Remove excess sod to avoid smothering of adjacent grass. Provide sod top flush with adjacent curbs, sidewalks, drains, and seeded areas. Sod joints shall be butted to eliminate any open joints. 2. Install initial row of sod in a straight line, beginning at bottom of slopes, perpendicular to direction of the sloped area. Place subsequent rows parallel to and lightly against previously installed row. 3. Peg sod on slopes greater than 3 to 1 to prevent slippage at a rate of 2 stakes per yd. of sod, if necessary. 4. Water sod thoroughly with a fine spray immediately after laying. 5. Roll with light lawn roller to ensure contact with sub-grade. Tolling is not intended to smooth an irregular sod bed. B. Sod indicated areas within contract limits. 3.04 MAINTENANCE A. Maintain sodded lawns until completion and acceptance of the entire project. 1. Water sod thoroughly as required to establish proper rooting. 2. Repair, rework, and resod all areas that have washed out or are eroded. Replace undesirable or dead areas with new sod. Level and unevenly sodded areas. 3. Mow lawn areas as soon as lawn top growth reaches a 3" height and sod cannot be pulled up. Cut back to 2" height. Repeat mowing as required to maintain specified height. Not more than 40% of grass leaf shall be removed at any single mowing. 4. Apply Type B(if installed during growing season) fertilizer to lawns approximately 30 days after sodding at a rate equal to 1.0 lb. of actual nitrogen per 1,000 sq. ft. (140 lbs/acre). Apply with a mechanical rotary or drop type distributor. Thoroughly water into soil. 5. Apply herbicides as required to control weed growth of undesirable grass species. 6. Apply fungicides and insecticides as required to control diseases and insects. 3.05 ACCEPTANCE A. Inspection to determine acceptance of sodded lawns will be made by the Architect, upon Contractor's request. Provide notification at least 5 working days before requested inspection date. 1. Sodded areas will be acceptable provided all requirements, including maintenance, have been complied with, and a healthy, even colored viable lawn is established, free of weed, undesirable grass species, disease, insects and no dead sod or bare spots. Sod shall have been mowed at least twice if installed in growing season. Sod shall have been mowed not more than three days prior to final inspection. 2. Sodded areas shall be smooth with no open joints. It shall be free of any ruts, depressions and uneven topography. Any area possessing these conditions will be rejected and shall be repaired prior to any acceptance. B. Upon acceptance, the Owner will assume lawn maintenance. Until then it will be the responsibility of the contractor to provide maintenance. 3.06 CLEANING A. Perform cleaning during installation of the wark and upon completion of the work. Remove from site all excess materials, debris, and eyuipment. Repair damage resulting from sodding operations. 3.07 INSPECTION CHECK LIST: A. Prior to any final inspection the following check list must be filled out, signed and furnished to the Project Manager, all lines must be checked as having been completed. 1) `Blue Tag' Certificates have been submitted to the Project Manager. Without the `Blue Tag' Certificate, sod will be rejected. 2) Sod has been or will be mowed just prior to inspection. 3) Sod is smooth with no open joints. 4) Sod has no dead spots. 5) Sod is free of weeds. Final inspection will not be scheduled until the above has been verified by the contractor and this form is completed and returned to the Project Manager. Compliance with the above does not insure final acceptance. Acceptance will be determined at final inspection of the grass. The list represents a small portion of work that is too often overlooked prior to Contractor's request for final inspection. If the Project Manager observes any non-compliant items, the inspection will be terminated and the Contractor will be billed for the inspection at a rate of $125/hr. from portal to portal, minimum $125. SECTION 02490 TREES, PLANTS, AND GROUND COVERS PART 1 GENERAL 01.01 DESCRIPTION A. Provide trees, plants, and ground cover as shown and specified. The work includes: 1. Soil preparation. 2. Trees, plants, and ground covers. 3. Planting mixes. 4. Mulch and planting accessaries. 5. Maintenance. 1.02 QUALITY ASSURANCE A. Plant name indicated, comply with "Standardized Plant Names: as adopted by the latest edition of the American Joint Committee of Horticultural Nomenclature". Names of varieties not listed conform generally with names accepted by the nursery trade. Provide stock true to botanical name and legibly tagged. B. Comply with sizing and grading standards of the latest edition of "American Standard far Nursery Stock". A plant shall be dimensioned as it stands in its natural position. C. All plants shall be nursery grown under climatic conditions similar to those in the locality of the project. D. Stock furnished shall be at least the minimum size indicated. Larger stock is acceptable upon approval by the Project Manager, at no additional cost, and providing that the larger plants will not be cut back to size indicated. E. Plants shall be first quality typical in size for container, root ball or caliper specified. F. Plants shall be located by the Contractor prior to bidding. They shall be reserved at the time of award of the General Contract and lack of a�ailabiliry at the time of installation will not serve as a legitimate excuse for substitution of plant types due to unavailability. 1.03 DELIVERY, STORAGE, AND HANDLING. A. Deliver fertilizer materials in original, unopened, and undamaged containers showing weight, analysis, and name of manufacturer. Store in manner to prevent wetting and deterioration. B. Take all precautions customary in good trade practice in preparing plants for moving. Workmanship that fails to meet the highest standards will be rejected. Dig, pack, transport, and handle plants with certificates required by law shall accompany each shipment invoice or arder to stock and on arrival, the certificate shall be filed with the Project Manager. Protect all plants from drying out. If plants cannot be planted immediately upon delivery, properly protect them with soil or sawdust or in a manner acceptable to the Project Manager. Water heeled-in plantings daily. No plant shali be bound with rope or wire in a manner that could damage or break the branches. C. Cover plants transported on open vehicles with a protective covering to prevent wind burn. D. Provide dry, loose topsoil for planting beds. Frozen or muddy topsoil is not acceptable. 1.04 PROJECT CONDITIONS A. Work notification: Notify Project Manager at least 7 working days priar to installation of plant materiaL B. Locate all utilities prior to starting work. Protect existing utilities, paving, and other facilities from damage caused by landscaping operations. C. A complete list of plants, including a schedule of sizes, quantities, and other requirements is shown on the drawings. In the event that quantity discrepancies or material omissions occur in the plant materials list, the planting plans shall govern. 1.05 WARRANTY A. Warrant plant material to remain alive and be in healthy, vigorous condition for a period of one year after completion and will start at the date of "Project Manager's Final Acceptance". 1. Inspection of plants will be made by the Project Manager at completion of planting. B. Replace, in accordance with the drawings and specifications, all plants that are dead or, as determined by the Project Manager, are in an unhealthy or unsightly condition, or ha�e lost their natural shape due to dead branches. The cost of such replacements is at Contractors' expense. C. Warranty shall not include damage or loss of trees, plants, or ground covers caused by fires, floods, freezing rains, lighting storms, or winds over 75 miles per hour, winter kill caused by extreme cold and severe winter conditions not typical of planting area; acts of vandalism or negligence on the part of the Owners, provided that the contractor has taken all necessary precautions. D. Remove and immediately replace all plants, as determined by the Project Manager, to be unsatisfactory during the initial planting installation. PART 2 PRODUCTS 2.01 MATERIALS A. Plants: Provide plants typical of their species or variety; with normal, densely developed branches and vigorous, fibrous root systems. Provide only sound, healthy, vigorous plants free from defects, disfiguring knots, sun scald injuries, frost cracks, abrasions of the bark, plant diseases, insect eggs, borers, and all forms of infestation. Dug trees shall have been root pruned at least once. All plants shall have a fully developed form without voids and open space. Plants shall not be loose in the container or root ball. 1. Dig balled and burlapped plants with firm, natural balls of earth of sufficient diameter and depth to encompass the fibrous and feeding root system necessary for full recovery of the plant. Provide ball sizes complying with the latest edition of the "American Standard for Nursery Stock". Cracked or mushroomed balls are not acceptable 2. Container-grown stock: Grown in a container for sufficient length of time for the root system to have developed to hold all of its soil together, firm and whole. a. No plants shall be loose in the container. b. Container stock shall not be pot bound or ha�e encircling roots. 3. Provide tree species that mature at heights over 25'-0" with a straight "standard" single central leader. Trees that have the main trunk forming a"Y" shape are not acceptable. Trees that are not fully branched will not be accepted. Two-thirds of the tree's total height shall have living branches. Trees shall have no bark damage and shall not be leaning or have significant sweep, crook or bend. Trees shall have no branch more than 'h the diameter of the main leader and shall have a straight unbranched trunk to 6'. Trees specified as "multi-stem" shall have separate trunks coming from the root ball and pruned into tree form with no branches on the approximate lower half of the tree. Multiple plants shall not be used as a"multi-stem" plant 4. Plants planted in rows shall be matched in size and form. 5. Plants larger than those specified in the plant list may be used when acceptable to the Project Manager. If the use of a larger plant is acceptable, increase the spread of roots or root ball in proportion to the size of the plant. 6. No pruning wounds shall be present with a diameter of more than 1" and such wounds must show vigorous bark on all edges. 7. Evergreen trees shall be branched to the ground unless specified "standard". Example would be Live Oak. "Multi-stem" or "min. 3 canes" is noted, then the tree shall be limbed up to expose the lower trunks. An example would be Ligustrum or Holly. 8. Shrubs and small plants shall meet the requirements for spread and height indicated in the plant list. Plants specified in inches means average spread (15"-18"; 15" is not average).Plants specified in feet shall mean average height (5'-6 ; 5' is not a�erage). a. The measurements for height shall be taken from the ground level to the average height of the top of the plant and not the longest tip branch. b. Single stemmed or thin plants will not be accepted. c. Side branches shall be generous, well-twigged, and the plant as a whole well-bushed to the ground. d. Plants shall be in a moist, vigorous condition, free from dead wood, bruises, ar other root or branched injuries. 2.02 ACCESSORIES A. Topsoil (where noted on plans) for Planting Beds: Fertile, friable, natural topsoil of loamy character, without admixture of subsoil material, obtained from a well-drained arable site, reasonably free from clay, lumps, coarse sands, stones, plants, roots, sticks, and other fareign materials, with acidity range of between pH 6.0 and 6.8. 1. Provide topsoil free of substances harmful to the plants which will be grown in the soil. B. Pre-emergence herbicide shall be Surflan, Ranstar or Deverinol. C. Mulch: Premium grade pine straw shall be clean and from long needle pines or double ground hardwood bark (whichever is specified on plans) D. Water: Free of substances harmful to plant growth. Hoses or other methods of transportation furnished by contractor. PART 3 EXECUTION 3.01 INSPECTION A. Examine proposed planting areas and conditions of installation. Do not start planting work until unsatisfactory conditions are corrected. Should the landscape contractor notice any environmental condition that would jeopardize the viability of the plant, he shall notify the Project Manager for disposition prior to planting. If this is not done then the conditions are considered acceptable to the landscape contractor and he shall not claim an exemption from his warranty. 3.02 PREPARATION A. Planting shall be performed only by experienced workmen familiar with planting procedures under the supervision of a qualified supervisor. B. Locate plants as indicated or as approved in the field after staking (location) by the Contractar. If obstructions or unsuitable subsurface conditions are encountered that are not shown on the drawings, do not proceed with planting operations until alternate plant locations have been selected and approved by the Project Manager. If vegetation is present spray beds and eradicate with an approved herbicides prior to any planting. C. For shrubs exca�ate circular plant pits with slanted sides, except for plants specifically indicted to be planted in beds. Provide shrub pits at least two times the root ball. Depth of pit shall accommodate the root system. Scarify the bottom of the pit to a depth of 4". Remove excavated materials from the site. a. For trees excavate the sides of the plant pit 6" greater than root ball and 1- 2" less than the depth of the root ball. Till beyond the ball for a distance of 3' to a depth of 12". 3.03 INSTALLATION A. Set plant material in the planting pit to proper grade and alignment. Set plants upright, plumb, and faced to give the best appearance or relationship to each other or adjacent structure. Set plant material 1- 2" above the finish grade bringing grade up to the top of the root ball. No filling will be permitted around trunks or stems. Do not use frozen or muddy mixtures for backfilling. Plant in a straight line if so shown on the plans. B. After plants are set, muddle planting soil around bases of balls and �11 all voids. 1. Remove all burlap, ropes, straps and wires from the root balls. ff it is not possible to remove burlap and wire from bottom of ball, cut away from sides and remove from hole. B. Space ground cover plants in accordance with indicated dimensions. Adjust spacing as necessary to evenly fill planting bed with indicated quantity of plants. D. Drainage: Do not plant any plant wherever water is seeping or standing in the hole. Notify the Project Manager if such condition occurs. E. Mulching: L Mulch tree and shrub planting pits and shrub beds with required mulching material immediately after planting. Thoroughly water mulched areas. After watering, rake mulch to provide a uniform finished surface. Mulch to thickness specified except at the trunk and it shall be no more than 1". a. Install weed control barrier (if noted on plans) over grade prior to mulching tree and shrub planting pits and shrub beds. Secure on slopes with "T" pin anchors. Trench in edges to secure. b. Apply an approved pre-emergence herbicide prior to mulching as per manufacturer's recommendation. F. Pruning: 1. Prune dead or dying branches of planting stock after planting to balance the loss of roots and preserve the natural character appropriate to the particular plant requirements. Remove or cut back broken, damaged, and unsymmetrical growth of new wood. 3.04 MAINTENANCE A. Maintain plantings until completion and acceptance of the entire project. B. Maintenance shall include pruning, cultivating, weeding, watering, and application of appropriate insecticides and fungicides necessary to maintain plants free of insects and disease. 1. Re-set settled plants to proper grade and position. Remove dead branches and dead plant material 2. Correct defective work immediately after deficiencies become apparent and weather and season permit. 3. Water trees, plants, and ground cover beds within the first 24 hours of initial planting, and not less than twice per week until final acceptance, at which time the owner will assume watering operations. 3.05 ACCEPTANCE A. Planted areas will be inspected at completion of installation. Acceptance will be subject to compliance with all specified materials and installation requirements. B. Inspection to determine acceptance of planted areas will be made by the Project Manager, upon Contractor's request. Provide notification at least 5 warking days before requested inspection date. 1. Planted areas will be accepted provided all requirements, including maintenance, have been complied with and plant materials are alive and in a healthy, vigorous condition. Beds shall be weed free prior to any inspection or acceptance. C. Upon acceptance and only upon acceptance the Owner will assume plant mainienance. Unless the Owner agrees to take over maintenance before the planting is finally accepted. 3.06 WARRANTY A. All plantings shall be guaranteed for a period of one year after acceptance. Any plant that dies or is of lesser quality than when it was planted shall be replaced throughout the warranty period as the deficiency is discovered and made known to the contractor. 3.07 CLEANING A. Perform cleaning during installation of the work and upon completion of the work. Remove from site all excess materials, soil, debris, and equipment. Repair damage resulting from planting operations. 3.07 FINAL INSPECTION CHECK LIST - LANDSCAPING CHECK IF COMPLETE B. Prior to any final inspection the following check list must be filled out, signed and furnished to the Project Manager. — 1) Plants & trees of correct nomenclature and sized as specified. Grade A nursery stock. All dead or non- compliant plants ha�e been replaced. _ 2) Provide invoices verifying that plants planted are type and variety specified. � 3) Trees and shrubs planted even or slightly above grade. 4) All trees plumb; water rings/saucer removed if in irrigated areas. 5) Burlap, straps, ties, wire, etc. removed from sides of root ball. 6) Bed line trenched in as shown on detail sheet to include trees. 7) Mulch at compacted thickness as specified. 8) No weeds present in plant beds or tree pits. FINAL INSPECTION WILL NOT BE SCHEDULED UNTIL ALL OF THE ABOVE ARE COMPLETED AND THIS FORM IS RETURNED TO THE PROJECT MANAGER: Compliance with the above does not insure final acceptance. Acceptance will be determined at final inspection. The list above represents a small portion of work that is too often overlooked prior to Contractor's request for final inspection. If the Project Manager observes any non-compliance with any of the items in the above list the final inspection will be terminated and the Contractor will be billed far the inspection at a rate of $125.00/hr. from portal to portal, minimum $125.00. Price Proposal Lump Sum $ Add Alternate Hauling of Dirt $ 9.1.7 DEPARTMENT O� TRANSPdRTA7lON UTILfTY PERMITTEE INFpRMATtON N'C Zf✓IiTTE� �u L�,S--�� `�n�'Ii .-� c�nGf j��t,.�' /n�,��`'�COUNTY / C.-� � � � __�QD _�� on PERMI�T �'�U o! -/ - STATE R ourE ivo. � �n.P, 2�. / R�-��ESENTA.7IVE ��' e ct TELEPHONE N�: 7d�- Z /-f7 !�-�� EIv1�R4 ENCY CONTAC7 TELEP ON� N0. � JA?E �'OfVSTRUCTION WiLI BEGIIV ���g � �" W1LL YC�I} BE Tf-i� PRlME CONTRAC?t)R? YES (�� N�O O IF NCT. VYHO WILL B�E� 1 UV�O'vViL1. SUF�F�VIS� TNE GONS7RfJCTtON? NACviE _ ..�,.�. ,� �1-iONE ---_.____ _— HDDRESS 3, Gf:) Y(��.; L'NJERS'rAP�D TH� AERMfT CONiPLETELY? Y�S � NO {} 4+. 'JC' YJ�.J UWDCRSTANO THf;T i PERMi7 AND PLANS ARE TC> B� ON LOCATION WHcN ANY UUORK IS BEING DONE AR�� `! i-<,41 �1;'� QRANG� P�RMIT SfGN fS 70 £�� Ef�ECTED ANrJ MAln�TAINED UiJT1L V'JOR}C 1S CQMPLETE� YES (/� NQ { 1 .`i DO YC�U I,�NDER57AND THE TRAFFIC GONTRO� REQUIREMENTS? YES � NO () 6. .�O YC7v IJ�VDERSTAND THHT BLOGKlNG OF Ti�AVEL LANES MUS7' BE APPRQVED? YES � NO ( j 7. NG' LANE LLOSURES WILL BE ALLOWED BFTWEEN THE HOURS OF A.M. - A.M. & __ P h�. -_P.M. Vy)TI�UUT PRfOR APp �tOVA� FROM THE LOCAL PERMIT INSPECTOR. �=� i�� �r��t'�'�5 cfca[!tf-ror't 8. JO YOD UNDERSTA!dD LANE CL�SURES FOR ENIERGENCY WORK DURING TNESE 71ME �,�AMcS VVlL� BF AT THE PERMl7 INSPECTOR'S DISCRET(ON. YES� NO () 9. DO Y�U UNDERSTAND NO LANE CLOSURES WILL BE ALLOWED DURII�G NOl.LOAY F;F_S7RIGTlONS. YESS/f NO ( ) iQ. Dt� YOD UNDERBTAN[7 THAT ANY FLAGGING OF TRAFFIC WILL BE DONE E�Y CERTIFlED F�AGGERS? YES (/� NO () 11 DO YOD UNDERSTAND TNA7 YOU MUST COMPLY 1NITH THE Gk, DEPT. O� NATURAL Ft�SOURGES DNiSIQN SEDIMENT CONTROL RULES AND REGULATIONS, CHAPTEk 391-3-7 & O,C.G.A. 12-7-1. Y�S� N0 O 12. DO YOD UNDERSTAND THAT A MEETING WILL SE NECESSARY BETWEEN YDURSELF, CQNTRACTOR, AND THE STATE REPRESEN7ATIVE BEFORE WORK BEGfNS? YES �� NO (� 1;3. DC Y011 UNDERSTAND THAT YOU ARE TO NQTIFY THE STATE REPRESENTATIVE 24 �fJURS BEFORE ANY WORK IS TO BEGIN? YES �/� NO () i4 CJO YOD UNl�FRSTAND THAT THF STATE REPRESENTATIVE Wt�L GIVE PLAN 1NTER°RETATION WHEN REQUESTED A�'VG WILL MAKE SPOT CHECKS pN THE CONSTRUCTION AS WORK Pr�OGR�SSES; BUT, IT WILL B� YOUR RE5PON51BIUTY 70 S�E THAT THE WURK CONFC7RtviS TO TffE PROVlSlONS OUTLINED IN YOUR PERMIT AND ACC� RDlNG TO YOUR PLAN? YES (�j NO ( } ./ 15. DO YOIJ UNDERSTAND ALL P�RSONAL SAFETY PRQTECTIL�E EQUiPMENT SHALL BE WG�,N AT I�? L?IMES. YES (� N� O 16. DO 1'c�U UN�ERSTAND THA7 YOU ARE i Q NOTIFY TNE STATE REPRE5ENTATIVE f� U°�1�'J C�;�14PLETIQN C�F THE WORK CC7VERED BY THlS PERMIT? YES (,.� ti`O () t?. DJ 1'OU I:ND�RSTAND NQ OPEN PITS W1LL BE ALLOWE� OVERNiGHT WITHOUT APPROVED OTEGTION P✓��A.SURES CUN THE RiGHT OF WAY. YES� NO (} 18 �iJ YQU UNUE�aTANp LL ATTACHEp SPECIAL PROViS10NS? f . YES � NO {} � � � �� /�/� ' ,,��, � / . S i G N E D �� !�' "� JLU1'+-.�=-� ��e,ri'n r�.,Y, Z. GTv r�'"� � n e �,v PE RM1' TEE E ESENT'ATi1iE STATE R�PRESENTAfiIVE 'f /� �' . _ _ - s � A � , • ; • � f ° � � � N J, N J- m m m ° � m `� � s s'. c � g ^. m�� o m' m� m f g 0 0 � � ° � < � _ w' o m? a o� m a a . v '� ? �. Q � � . m � p � o � 4 ° C � � w m � rt D a Y I ` m � i� a � R� � mo � ° a G 0 � .� O � � a �� Al � Y.. �\ �. :. ` `," e. ..�� 1 � \ �� ��.i .���� � � . 4 � � � � +�, , � � , � � s , � /' ` �l } �`'--!-� � � � � �' � :��-��,�� , ,.�,,..!� � 1 . .�.�" .+� . . F / � � � � �� � `�" �µ � 5/ �,. �: � � . � _� __,�` �i; ;k�:� t \ ` ` f j � r � ,�.,� �: � ,�` , z ,,r ' .q '' ; �3�. �� l �;- ,' �: f i �' �� t � �,. "� � 5 � -�. �``i,ti4 ._ z �. „� � . � : '�.. � ' � �; , a. �� ' . . J ', / /�, � � ��` �, ti ' ''� . � .! �.�1 � � � � �; �' t �" - � ��,� . , . z ✓,. z ` , � � �� � � -� � � � . �� � l � . .. {,YI'1' f .� C I"`ht�r . � ..„,•Fk:, i�..����� � � �. �, il/p ��� � t " � � � � � ���`� ___ , ! � � � � ��� � . . , l : ' i r . fr��? >� � � � � 'i �� � ° � . �t��, �:. _ _�, 1. �,� � �� :a.,,.^ xv`'� . . . . % .�. : � �\� �� . . . + � . ' /�'`� � `-� � � 4 'S �t'"'�r.i,.. `}� � l � f j h � V \ ' h� .fc , _ } � �� �� ll����, ....� �± ? �.�� /���� y �� � 4 � t L. �' k,�� a'' J 1 �'�, ( : �c S' ., „.. � 'i^9A � �v`w.�w:, � 1� � (�� +`� l^'r^`''� . r "�-�.` .' ) / ,�. _.. _ � S �. t� ,� .. � ��. 7 y ./' � -�. . ! `.�... . .. .... .:.. .. . _, . �} �*� l ��„ �; � fi �. ,. / /' ; 4 � . � .,. r , t � � �� . 1 � f � Y �.� I . . -� � . � � `..��� ��,��� �� � �; ��` '� � �'�'�� < ) � � . '� ��. � , ��: � ; t � �� ._ �� � � -(� ' .r --_ _-� i `�� � _ i f � R � �� C . t . _ _ ' � i " � � �'� i -- � 1 t f � � ,y � ■ � . � m� � �� , A � �. 5 t � � _ . _ � ` � � _..._ _ _ � � � �'; 9 � � �. � ° -u } ' . ' t �, — : � � } t ,a; � ��1 � � ., ,� � � �� � � � . t , � � : ff �� �f, � ; 9 � � �� � � �,��i � � �� � .�- ��w y , . "� v�,,. � �, �, � r � \ '� ' � � t � r ���'� ��� � ` � _ .. � c> � � J tir " \ . .,�,, .�+ti... �� _ A .� � ' �� _,`� � �' � � ' � '�' , 1. � '�, � � �r:: z I � � �, � � � ; u---� � `�i��� � F � _ .� �.,�. ;� �� ��: � I F� �� � �, . i u�' . ':� �' �� I �. t ! � �, — ��Si�,y� � $��_� t Q t3 � � � �. ,e'�� `� a� � � ,�� : � � � -��� �� i s� �a. * , n . 1 + r � i ��� + � , �-. 5r�,};:.. - � � ( . �j� / * � i � � ' t ry � l��( � £� �.� .� ^.� �� _ _ ._'r!�'� ._ � �M�t � l., •�: � � �i � � t �� ( �; *: . �' , t � �� � �. �� c J. 4 t ��� 1 ,,� �� ����� ! i � �, � ��, � � � �" � � � �� ' a., . i f ( "`-----.�--:�.:: �-„ ` � j �' � 2 �` ��' - � � 1 f. i 1 x ' ..�.`` � a , �- ` � '� ,,., ,' �.� a4 , � � ��►-.a�' ��, . �+�, � ., �. � � .,�, � u� �:° -'�" (`,�'� '�:, '.+ ;�� � � �. i m ��y7 �n 3n o3 �°�'^' o°39v_�oK'a o��0>3� '�. �R'o�2 9.m a° m�°��m. 3.Smom�zRu�� � c�cma. ac 4 m�" ooamoo< a �pmm°�n o�oop ¢ �_ _ 3CI - ro - �n' '� . '�n;� m'o �� �m'..Rm� 0'3 co c � �n 't�i a � �4. m���4' s�3�>�>� ��°��" a� � . Qo�o�m g� <o �° mm��n� gs��gm'� =�° � . ?�52�,°-�'� $ o ��3°mg�nm'°' o 3 �3� .. a25g �O� o m ' �m@ggg'7�'o3$mam ° Q-°o�R .m ���om` v SoG i RRn . . °?��,s� a a �� Ga F�� O �� o � � �n3 fo��oo' g aB." - s m ° ��8 W a�°��' h�a m'm n�"�em'o °a�T� � s2o Q�s_ �� m' m_;os m a 3� �� ��� 4.�' m?m-��'� o�r&�34��'��,m'�m�m n�� � �a��m� m� Aa g�o�aQ� ��°�,Rsm ��a ; ���$� 0� a? °�.n . 9� m� �.�"' m R� 3 y 3� mg� � . o��'�.9 �m �0 4.0§. o�= � °a � ��$ � g��m� m� �o � 8a� m`"R m �m ��� m a � m � o �o' fi y a a ro - o °�� a R W � Qv 3�Yo' 2'o� 3����Rmo�3 o s m, a,o m`mo �.� m°° � �"3A a�"•, �� �' ��'�0� �� �m �� �£� ��s cm��a �QQa �oa ���.�u � v ` °.-- ����.� '� 3sa . m "o � 41 R m, � � . � n0� ��� � $� m° � m Q ' Y;. `:::,::� <,.. a � m ..,� D� . �o�v c��o - z�r - � Dom � �z� C -�i ; C � �w� m ` s� � ' sz, 1 e o ., � Ag r �. a� . 3 pDD -/ o � ^' rn e�n �p _ n o 1 a ``�"`:_. 6 0 0 �° `�' " o c� � � 4 � m k `� ' .. le . . � f ��� �� .. � Q P � �c �� �° � ,�� $ + o � $ ; � z C` / �� a �� � se• �s � � 0 z l z � I �, � `! �` (M � 0 � I . �, �6 L Z !/� I g ° i� � 1' „ g Q G . .. ( l4 y�Y - . � ass r . t ' � �/ � � � ` , � � . � � "r-_ , . j 1; l / j� ,' ( � �, I ,�� � / � � / � _ �� ' , � = �` ; � � � s M� .. — �' \ � ��� � C � � . / � � � /� . F / ,o Q A /� � 1 �� ' / � V � i , � T � , J r. � � r � � �. \ . I \ \ � i_- _ _ 2`l5�—�z..__�-- b �' . � ��S_� - - '. _ � �' � `� � � � � - „ . � � ` � V' l � R �� U ��\ �\ �_�___' \\\ '.- _'—._._..�— `--� __ � r _. _ i �° 9 •� _ � \ c, ; -- ° � � �`, ' � V � - I' ,� � � 1 � -- � � � � � 9� '( q e � _ � Z �I w � �li> � � j ��T �� - ! 9 l � - c• � , : �i- ! _ — k K �i r � x� P , � - s �� q,� ; - 1 s� S r � ° � �� ' ����° � �„ r t � P t � E' � - �'� � o � ° � i� �� � _ N' � ' � p g �_� � � i. '� 1 �n o ➢ L i ,� � . • a i > � _ a °' cr r � �' ' i p � .. I � �_ a � � � :. � � `� '� o � y Z 2� �' Y �B I ' \ d 4 � iI r �, f ��; ; �;� � _� � p- � . {',,� - �� � YI'�� t� . . ..-- s % . � I y � Ot �� d � � ' i � � Fi s � � 1: � ;: � � a 2 ` �. +F �� �, i !J i 4� � �ir s. �0 ''� s' . t�� > i � I _�- 7 w ( � , �- �` ��.\ `--''� � ) ----/ �. s � � a .. . \ • , i ,. , ' 6 � ' ' :;.� ' � � ....;.:.:.. �.', ,.; . ; � �v . � � . � a � ° _ i � � i ' u � f ' I 3 � �. D p Z . � . ° n, l � e y , � / ` : .. H � / . \ \ / x ; � _ � � :. ' � •� � � ��� �; s � .r 88��I�� ,�"� i � . 8 8 8�8 8 $�8 �� ./- �..:� �� «,��. � � � � f � � � . a � �I» � � � _�,��_ ak� �; �� ��� E � J � u� , H � , p p ���� B ° ,� ��' � � , 1 J � ��m � �� ' . � � ' ' s ' � $ �' S u ; ��� ���� � ��� $ , . ��ms,re�� n $ ' � � � °&.�� � � p> N �������������� ��� y � � I I '���� g� � 3 �� s �� i §� • �� � � D ������ A � � 3 � °� ��R � � � � �� - g'�� o� � �s�� � � �'H5. � �� o �� � $'�� °�� � � � �� � "��4 � g S � � ag 0 o x g �'o �� � � $� � � ��g �� � $ '� � �� � a� 3 �� �� � � � ���� � a 3 ' g 3 � � S �a � � n �� � � 3 �' � ° � �s� p 4 _ � �' 8 � Q g��a�8 � � g �� �� � sg o � �� s ; � �a am � $� � � � g��°�� - �, $ ` 4 �a � ° �S �° � m$ �g � $3 �a� g �S� � � � s � °� �� g sQ �� � � ��s$$� m . � �Il� o e � t;+ �o � �� Q� � � S�� a � . � n �$� $ � � � u Q � $�' �� � o mg�,�m � I � �- � - g� ' s S� s'�� R � I ' i � ���3����'�$����� o�������3 b �, ! a$ sg�g ��$�g �g����➢-° � �_ � ° o� ����ffi a� 4��S�� �°+ d,� 3a �°��.�= a `� �Z�= F� �a� �� ��a_�a,�"� � � � �� ������Sa 8�� �����gg�O��g��������8��� > �� �s'� .�go ����� $�' B�R����= �3�o'8m ��� g s� ��og n � o� � >�� °� 4 g ����8�3� g og�� U ;� � � -$ q �` �� @ g $ � $ o � �$d S�� �a ��U n�� o� �= � � a �� 4��3 �?��.�g-S8o`���. z ��x� o����� �"� �� z��$ � � m �p���S�$ �� sd 94 ���� �� g $^ � � n- 3 �a m� �� $°- m��� �°� II � R�� �� 3� ������ 2 ' � i � �� �a �� ��� � � a ��R s � 3 °���� =8 �.�� � � r �� s� ���� ��� � � �A� �g� n���� ���g�� �� @ i � z � aqa 9� � 5�,��=�g �" '� � �� " ; c u � U � � ��3� ��� � g ��s���� �a� � ��� �� � � r �r � Q� ' � � � � � o�� � � �+�� �� _P►� ��� �� ���� �o������o�� o � �t� a a � _ � i � ; ' sr ( S f a l P � � o U i � i ' / C � p ,� Y �, "++ / � Z O � � ,,� �` �� ! � � r � � ��� � �� �� �[ �� `��' '�� �. � � � � � � ��� � � � �� �e ;� � ����1 Ig � --� X �� pA a ��:��$ � / ' \ �� � �� �� � � � �s ?� � = rF ��� �� � �� �� � �- � _ � � ,/w � � � ,� ; i� , � � o 6 r; i � i , j � /�� � � �� � �� - � ��� �, � � ! � '' ; �, / '! ,' i I — � '� � �` � , ,'` � - -� ' I � t ,r � i_ � r � �`; � � \ \ � � � �`" `/� I' x' � - I e - �L /� � �- - � - �__-.v�'"�' i( -'- - — '� �� l� —� r r .. %u � � � �� r �r n � i�� � � � � �f i� � �� Z � „ r 3 f � i �z ` � � z u` tv: � `� -�. � �A ��z� �� —`° ►Q � �r,� �� ������$�,, �� a p 1 F' � _ R �� � i a ° yV � ' o - o � ' p � i K 6 � 1 �� 8R i���a �� ��� tl��a �� s3�� € �� ��� ��� `'� ����x��k����� �������������������F���� � ��� � $ � � � 4g � � �di � d S e f ¢ i ��� `�� �� i3���� � � ¢ �9��� ��� ��g� ��� � ����� ��� 90+ � ��������a�����R �������� �a��� g�� o � �� �e���al d ;�5 zi a ��i g� s�t � � € :sd $ � F � � � �b � ���� �� ��R x€��� ��� €� � �� � ��• a� §� ��� � � � ��� � � ���`� R� ¢�§���a ��4 ����� � � � � � . � f � �'s� ab a � �` � � � �� a� � $ @� � ; � j����� `� ' ����� ��� �� � �� � �� � �� �� I � ��'�€��� �� �a��� � ��� �$` �� �� � � ; � � � ��,�� �� �� .�, � i f A� � '� _........ ` q __._.._-. _....._- � { ___.__. _._ _.._—._._. _ . _ .__ . _. . ...... _--- . . f � - _ "� � '� f 1 � . I� E c t w � � o f � � � � � �� ���m�o 8 ,� a ,�� ,��� � � � g e � 0 � � � �� i � , m_ �� �� � �E4� � T ���� . � x i 4 �; � � � � , ° "1 = � 1 �'4i��E �E��t � P � � ri �' il9 � i � � k a �� ��'� '''�� , � `—i-' = 3� �� � � � �� �� z � : � y � f� o � R'ja �' � � E �1 _��F �� S� � � i� i : i S � ' !j� ����+ p z ��: i� ��� � ;t ;� � '�� �i T i�,��;; ���i��i� � �;�� � �� S� a t � �E ii 6 tti ry ¢ i . _— -..__— V - __... _. _ ___—_.. N p Q ? u-rspz� ro-, d ► -� �o °°� o V' � Lr . p � s u D> 0 � i � i � .� ; � I ? s "� f ��� ' � � I �� / � � Z , . � � � ,� F j7 I �� D � � / ���' � �� _' • " �� `.�.. � f ,: A / /� } r / � o F ./..'�' o F ` . � � g � � r / � �' Z I # . y ' S z F � I �� \ � � r � \ . � U � � . tir � r � .. / •: r c � I 4 / rf �� ; � �, � _ ^ � `r � _ �____ -�� � � ... _ . . �o �� � � � � `, o. �� � , .. �o �....,�N4 j / ;- � � % f �. � � \ .\ • ,'�. , . .. . . ' .. � �' \\ . D.. 1 r • \ 4C • � ; z , � �� � • . ���� , �� ti � 1�� �� � I v J l . i�. `' \ �l I \\ � 5��+ �� LswE� .. � \ /� / D. � � � \ �\ a a /��a . . . " . ' •. / .I� . �` \ ��` �. � �. e� y c � � � \ \ '���, �� - . � � z � �� � � � �_ /�� �� �� � ti o ti I . � \ � d / � � e o � � ° `� o � � � — I � � \ � L � D� ' r �� � �,a �'�. � a � ���;� `V `a ri6 � -r ,� � 1 �n' � `� y '%`� �; d ' � (P o ° ' � ` ' � '� rj � j�P P S � �� � .t � N t � `. A_.� � r � o P- � \ � D j �� • z � � � 1 > N � i t o - " o � - ° OOO r w � � - > �r SIGNATURES This Ageement entered into as of the day and year first written above and is executed in at least three original copies. OWNER: CONTRACTOR: AUGUSTA, GEORGIA DAVIS LA , LLC B � � g David S. Copenhave Andy Davis �� As its: Mayor ,� i�; � �,,�.a�a \a �� � ATTEST TO,�,�.� � ��'��� ATTESTED TO: . a lJ � . By: m By: L N x ,_e�',�`�, a O� 9 � �W• �,! � � ' �,;C�� � 6 �� �p � � HJ l�i � C� �{" � �+ Y 0 � r � p .� I �'+ ,; gf r � � �: O � ,...: �- � � � � a^. � �" . e,. �� _r i �� � � a^ '� � rg� o �m � n ��� �� . t+ � ��.� �,,� � � ' .. F^" .J ����Gr".r�A:�::''°-- � � ���'` � ATTACHMENT 1 Additional Provisions a. Temporary suspension or delav of performance of contract. To the extent that it does not alter the scope of this agreement, Augusta, GA may unilaterally order a temporary stopping of the work, or delaying of the work to be performed by Contractor under this agreement. b. Defective pricin�. To the extent that the pricing provided by Contractor is erroneous and defective, the parties may, by agreement, correct pricing errors to reflect the intent of the parties. c. Hold harmless. Except as otherwise provided in this agreement, Contractor shall indemnify and hold harmless Augusta, GA, and its employees and agents from and against all liabilities, claims, suits, demands, damages, losses, and expenses, including attorneys' fees, arising out of or resulting from the performance of its Work including, but not limited to, traffic control work per State of Georgia Department of Transportation Rules, DOT Utility Permittee Rules (See Section 9.1.7 of this contract) and BMP's rules per Georgia Environmental Protection Department. d. Prohibition a�ainst contin�ent fees. Contractor is prohibited from directly or indirectly advocating in exchange for compensation that is contingent in any way upon the approval of this contract or the passage, modification, or defeat of any legislative action on the part of the Augusta, Georgia Commission. Contractor shall not hire anyone to actively advocate in exchange for compensation that is contingent in any way upon the passage, modification, or defeat of any contract or any legislation that is to go before the Augusta, Georgia Commission. e. Geor�ia Prompt Pav Act not applicable. The terms of this agreement supersede any and all provisions of the Georgia Prompt Pay Act. f. Acknowled�ement re�ardin� contractual obligations of Au�usta, Geor�ia. Contractor acknowledges that this contract and any changes to it by amendment, modification, change order or other similar document may have required or may require the legislative authorization of the Board of Commissioners and approval of the Mayor. Under Georgia law, Contractor is deemed to possess knowledge concerning Augusta, Georgia's ability to assume contractual obligations and the consequences of Contractor's provision of goods or services to Augusta, Georgia under an unauthorized contract, amendment, modification, change order or other similar document, including the possibility that Contractor may be precluded from recovering payment for such unauthorized goods or services. Accordingly, Contractor agrees that if it provides goods or services to Augusta, Georgia under a contract that has not received proper legislative authorization or if Contractor provides goods or services to Augusta, Georgia in excess of the any contractually authorized goods or services, as required by Augusta, Georgia's Charter and Code, Augusta, Georgia may withhold payment for any unauthorized goods or services provided by Contractor. Contractor assumes all risk of non-payment for the provision of any unauthorized goods or services to Augusta, Georgia, and it waives all claims to payment or to other remedies for the provision of any unauthorized goods or services to Augusta, Georgia, however characterized, including, without limitation, all remedies at law or equity. This acknowledgement shall be a mandatory provision in all Augusta, Georgia contracts for goods and services, except revenue producing contracts. g. Geor�ia E-Verifv Requirements. All contractors and subcontractors entering into contracts with Augusta, Georgia for the physical performance of services shall be required to execute an Affidavit verifying its compliance with O.C.G.A. § 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta, Georgia has registered with and is participating in a federal work authorization program. Contractor agrees to provide their E-Verify number and to be in compliance with the electronic verification of work authorized programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603, in accordance with the applicability provisions and deadlines established in O.C.G.A. § 13-10-91 and shall continue to use the federal authorization program throughout the contract term. Additionally, Contractor agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to its contract with Augusta, Georgia Contractor will secure from such subcontractor(s) each subcontractor's E-Verify number as evidence of verification of compliance with O.C.G.A. § 13-10-91 on the subcontractor affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor agrees to maintain records of such compliance and provide a copy of each such verification to Augusta, Georgia at the time the subcontractor(s) is retained to perform such physical services. h. Right to inspect premises. Augusta, Georgia may, at reasonable times, inspect the part of the plant, place of business, or work site of Contractor or any subcontractor of Contractor or subunit thereof which is pertinent to the performance of any contract awarded or to be awarded by Augusta, Georgia. i. Local Small Business Lan�ua�e: In accordance with Chapter 10B of the AUGUSTA, GA. CODE, Contractor agrees to collect and maintain all records necessary to for Augusta, Georgia to evaluate the effectiveness of its Local Small Business Opportunity Program and to make such records available to Augusta, Georgia. The requirements of the Local Small Business Opportunity Program can be found at www.augustaga.gov. In accordance with AUGUSTA, GA. CODE § 1-10-129(d)(7), the contractor is required to provide local small business utilization reports. Contractor shall report to Augusta, Georgia the total dollars paid to each local small business on each contract, and shall provide such payment affidavits, regarding payment to subcontractors as may be requested by Augusta, Georgia. Such documents shall be in the format specified by the Director of minority and small business opportunities, and shall be submitted at such times as required by Augusta, Georgia. Failure to provide such reports within the time period specified by Augusta, Georgia shall entitle Augusta, Georgia to exercise any of the remedies set forth, including but not limited to, withholding payment. ATTACHMENT 2 �- � ;%� G E' O R G I A Invitation to Bid Bid Item #12-125 Professional Services For Landscaping GDOT Right of Way For Augusta, Georgia — Planning & Development Bid Due: Friday, January 27, 2012 at 11: 00 A.M. Augusta, Georgia does not have a race or gender conscious Disadvantaged Business Enterprise (DBE) program for projects having Augusta, Georgia as the source of funding. Augusta does enforce mandatory DBE requirements of federal and state agencies on contracts funded by such agencies and has a DBE Program to comply with U.S. Department of Transportation (DOT), Federal Transit Administration (FTA), Federal Aviation Administration (FAA) and other federal and state mandated DBE requirements for certain DOT, FTA, FAA, and other federal and state assisted contracts as required by 49 C.F.R. Part 26, e� seq. and/or 49 C.F.R. Part 23, e� seq. This DBE program is only for DOT, FTA and FAA assisted contracts and other federal or state funded contracts having mandatory DBE requirements. (See Article I3 of the Augusta, GA Code. Augusta, Georgia prohibits any language in any solicitation, bid or contract that is inconsistent with the July 21, 2011 Court Order in the case, Thompson Wrecking, Inc. v. Augusta Georgia, civil action No. 1: 07-CV-019. Any such language appearing in any Augusta, Georgia solicitation, bid or contract is void and unenforceable. A copy of this Order can be reviewed at www.auQUStaga.QOV home page. Thanks for doing business with us ... Geri A. Sams, Procurement Director 530 Greene Street, Room 605 Augusta, Georgia 30901 Rev. 8/22/2011 Bid 12-125 Landscaping GDOT Right of Way Page 1 of15 � � c�'o e c i n CITY OF AUGUSTA, GEORGIA OFFICE OF THE PROCUREMENT DIRECTOR 530 GREENE STREET SUITE 605 AUGUSTA, GEORGIA 30901 (706) 821-2422 www.augusta�a. o�v DATE: January 18, 2012 BID NO. 12-125 SUBJECT: Information Regarding the Consent Order and Judgment Approving Settlement and Modifying Injunction Thank you for doing business with Augusta, Georgia. Please be advised that Augusta, Georgia is under a consent order and judgment approving settlement and modifying injunction. The below excerpt is from the Consent Order dated July 21, 2011 as stated by: The Honorab/e B. Avant Eden�e/d, Judge, United States District Judge, Southern District of Georgia Consent Order and Judament Aqprovina Settlement and Modifvinq Iniunction It appearing to the Court that the parties Plaintiff Thompson Building Wrecking Company, Inc. and Defendant Augusta, Georgia have reached a settlement of the remaining issues pending in this Court, the same is hereby approved. Pursuant to such settlement, and for good cause shown, the preliminary injunction entered by this Court on March 14, 2007, made permanent by the Court on November 13, 2007, shall be and is hereby vacated, and replaced with the following injunction: Augusta, Georgia is hereby ENJOINED from evaluating or awarding bids or other contracts on the basis of the bidder's status as a Disadvantaged Business Enterprises ("DBE") or Minority Business Enterprises ("MBE") (or any other entity that qualifies as a DBE or MBE based on the racial composition of its ownership). This prohibition does not apply to DBE or MBE requirements imposed by state or federal laws, regulations, agencies, or grant agreements. This prohibition also does not bar Augusta from enacting a prospective, narrowly tailored DBE or MBE program or policy as permitted under rulings of the United States Supreme Court. Augusta shall be free to conduct such studies as may be necessary to support a future DBE or MBE program or policy that complies with the above exceptions. Before Augusta may enact such a program or policy it must notify electronically or by U.S. mail all businesses on the then-current vendor list and constructively notify the public via a reasonably visible hyperlink on its homepage entitled "Proposed Legislation Enacting Disadvantaged Business Enterprise or Minority Business Enterprise Program." On this vendor list, Augusta must maintain the contact information provided by any businesses or individuals who have expressed an interest in contracting with Augusta, by registering their business information with the Department of Procurement, for 36-months. The notice on Augusta's website must include the text of its intended legislation and the related Disparity Study. Before Augusta may enact such a program or policy it must also provide the public an opportunity to be heard at an open meeting of the Augusta-Richmond County Commission, to take place no sooner than thirty days after the vendor list notification has taken place. Augusta may rely upon the contact information that interested parties supplied the city when they registered with the Department of Procurement in providing electronic or mailed notice. Bid 12-125 Landscaping GDOT Right of Way Page 2 of 31 Augusta shall, within 3 days of the date of this Order, post a copy of this Order, and the Court's March 14, 2007 Order, in portable document format ('PDF") on Augusta's homepage via a reasonably visible hyperlink entitled "Court Order Enjoining Local DBE Program." This injunction is binding upon Augusta's officers, agents, servants, employees, and attorneys, and upon those persons in active concert or participation with it who receive actual notice of this injunction by personal service or otherwise. See Fed. R. Civ. P. 65(d). This 21 day of July, 2011 You may review both orders at www.augustaqa.qov homepage or click on departments go to the Procurement Department; go to Quick Link; click on hyperlink entitled "Court Order Enjoining Local DBE Program' ; click on either Court Order Enioinina Local DBE Proqram (7/21/2011) or Court Order Enioinina Local DBE Proaram (20071. Doing business with Augusta has become easier! The ARCBid link, which is located on the Procurement DepartmenYs website at www.auqustaqa.qov, enables you to view current and past public bid information online. Should you have any questions concerning the bid documents, or need additional information, you may contact a member of the Bid and Contract Team directly @ 706 821-2422. A request for bid documents must be faxed to 706 821-2811 or emailed to procbidandcontract(a)auqustapa.qov. Your continued interest in doing business with us is appreciated. Sincerely yours, � s�� Geri A. Sams Procurement Director �❑ � Scan this QR code with your smartphone or camera equipped tablet to visit the Augusta, Georgia � • � Procurement Department website. Bid 12-125 Landscaping GDOT Right of Way Page 3 of 31 Invitation to Bid Professional Services Sealed bids will be received at this office until Friday, January 27, 2012 @ 11:00 a.m. for furnishing: Bid Item 12-125 Landscaping GDOT Right of Way for Planning 8� Development Department Bids will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of: Geri A. Sams Procurement Department 530 Greene Street - Room 605 Augusta, Georgia 30901 706-821-2422 Bid documents may be viewed on the Augusta, Georgia web site under the Procurement Department ARCbid. Bid documents may be obtained at the office of the Augusta, GA Procurement Department, 530 Greene Street — Room 605, Augusta, GA 30901. Documents may be examined during regular business hours at the offices of Augusta, GA Procurement Department. A Mandatory Pre-Bid Meeting will be conducted at the Procurement Department, 530 Greene Street, Room 605 on Tuesday, January 24, 2012 @ 10:00 a.m. No bid will be accepted by fax, all must be received by mail or hand delivered. No Bid may be withdrawn for a period of 90 days after time has been called on the date of opening. A 10% Bid Bond is required to submitted with your bid package. Invitation for bids and specifications. An invitation for bids shall be issued by the Procurement Office and shall include specifications prepared in accordance with Article 4(Product Specifications), and all contractual terms and conditions, applicable to the procurement. All specific requirements contained in the invitation to bid including, but not limited to, the number of copies needed, the timing of the submission, the required financial data, and any other requirements designated by the Procurement Department are considered material conditions of the bid which are not waiveable or modifiable by the Procurement Director. All requests to waive or modify any such material condition shall be submitted through the Procurement Director to the appropriate committee of the Augusta, Georgia Commission for approval by the Augusta, Georgia Commission. Please mark BID number on the outside of the envelope. Bidders are cautioned that acquisition of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. GERI A. SAMS, Procurement Director cc: Tameka Allen Deputy Administrator George Patty Planning & Development Bid 12-125 Landscaping GDOT Right of Way Page 4 of 31 /_ -� G E� O R G t A NOTICE TO ALL BIDDERS (PLEASE READ CAREFULLYI ADHERE TO THE BELOW INSTRUCTIONS AND DO NOT SUBSTITUTE FORMS PLEASE READ CAREFULLY Attachment B is a consolidated document consisting of: 1. Business License Number Requirement (must be provided) 2. Acknowledgement of Addenda (must be acknowledged, if any) 3. Statement of Non-Discrimination 4. Non-Collusion Affidavit of Prime Bidder/Offeror 5. Conflict of Interest 6. Contractor Affidavit and Agreement (E-Verify User ID Number must be provided) Attachment B Must be Notarized 8� all 3 Pas�es Must be returned with your submittal - No Exceptions. Business License Reauirement: Contractor must be licensed in the Governmental entity for where they do the majority of their business. Your companv's business license number must be provided on Page 1 of Attachment B. If your Governmental entity (State or Local) does not require a business license, your company will be required to obtain a Richmond County business license if awarded a Bid/RFP/RFQ. For further information contact the License and Inspection Department @ 706 312-5162. Acknowledaement of Addenda: You Must acknowledge all Addenda. See Page 1 of Attachment B. E-Verifv " User ldentification Number (Company I.D.) The recommended awarded vendor will be required to provide a copy of Homeland Security's Memorandum Of Understanding (MOU) Return Only If Applicable: 1. The Exception Sheet (if applicable) 2. Local Vendor Registration (if applicable) DO NOT RETURN AT THIS TIME 1. Affidavit Verifying Status for Augusta Benefit Application (S.A.V.E. Proqraml 2. Georgia Security and Immigration Subcontractor Affidavit 3. Non-Collusion Affidavit of Sub-Contractor Note: The successful vendor will submit the above forms to the Procurement Department not later than five (5) days after receiving the "Letter of Recommendation" (vendor's letter will denote the date forms are to be received). WARNING: Bidders are cautioned that sequestration of BID documents through any source other than the office of the Procurement Department is not advisable. Acquisition of BID documents from unauthorized sources places the bidder at the risk of receiving incomplete or inaccurate information upon which to base his qualifications. Bids/RFPs/RFQs are publicly opened. It is your responsibility to ensure that your company has met the Specifications and Licenses' requirements prior to submitting a Bid/RFP/RFQ. Rev.8/15/2011 Bid 12-125 Landscaping GDOT Right of Way Page 5 of 31 /_ ''iil� G E' O R G I A Attachment B You Must Complete and Return all 3 paqes of Attachment B with Your Submittal. Document Must Be Notarized Augusta, Georgia Augusta Procurement Department ATTN: Procurement Director 530 Greene Street, Suite 605 Augusta, Georgia 30901 Name of Bidder: Street Address City, State, Zip Code: Phone: Fax: Email: Do You Have A Business License? Yes: No: Business License # for your Company (Must Provide): Company must be licensed in the Governmental entiry for where they do the majority of their business. If your Governmental entity (State or Local) does not require a business license, your company will be required to obtain a Richmond County business license if awarded a Bid/RFP/RFQ. For further information contact the License and Inspection Department @ 706 312-5162. List the State, Citv & Countv that issued vour license: Acknowledgement of Addenda: (#1) : (#2) : (#3) : (#4) : (#5) : (#6) : (#7) : (#8) NOTE: CHECK APPROPRIATE BOX(ES� ADD ADDITIONAL NUMBERS AS APPLICABLE Statement of Non-Discrimination The undersigned understands that it is the policy of Augusta, Georgia to promote full and equal business opportunity for all persons doing business with Augusta, Georgia. The undersigned covenants that we have not discriminated, on the basis of race, religion, gender, national origin or ethnicity, with regard to prime contracting, subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of local small businesses on the bid or contract awarded by Augusta, Georgia. The undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontractor/supplier utilization. The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against local small businesses, in conformity with Augusta, Georgia's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the bidding/contracting entity with the authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take affirmative action to provide such companies with the maximum practicable opportunities to do business with this Company; That this promise of non-discrimination as made and set forth herein shall be continuing in nature and shall remain in full force and effect without interruption; That the promises of non-discrimination as made and set forth herein shall be and are hereby deemed to be made as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall constitute a material breach of contract entitling Augusta, Georgia to declare the contract in default and to exercise any and all applicable rights remedies including but not limited to cancellation of the contract, termination of the contract, suspension and debarment from future contracting opportunities, and withholding and or forfeiture of compensation due and owing on a contract. Bid 12-125 Landscaping GDOT Right of Way Page 6 of 31 Attachment B- Page 2 of 3 Non-Collusion of Prime Bidder/Offeror By submission of a bid, the vendor certifies, under penalty of perjury, that to the best of its knowledge and belief: (a) The prices in the proposal have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor. (b) Unless otherwise required by law, the prices which have been quoted in the proposal have not been knowingly disclosed by the vendor prior to opening, directly or indirectly, to any other yendor or to any competitor. (c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or corporation to submit or not to submit a proposal for the purpose of restricting competition. Collusions and fraud in bid preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. Conflict of Interest By submission of a bid, the responding firm certifies, under penalty of perjury, that to the best of its knowledge and belief: 1. No circumstances exist which cause a Conflict of Interest in performing the services required by this ITB, and 2. That no employee of the County, nor any member thereof, not any public agency or official affected by this ITB, has any pecuniary interest in the business of the responding firm or his sub-consultant(s) has any interest that would conflict in any manner or degree with the performance related to this ITB. By submission of a bid, the vendor certifies under penalty of perjury, that to the best of its knowledge and belief: (a) The prices in the bid have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor. (b) Unless otherwise required by law, the prices which have been quoted in the bid have not knowingly been disclosed by the vendor prior to opening, directly or indirectly, to any other vendor or competitor. c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or cooperation to submit or not to submit a bid for the purpose of restricting competition. For any breach or violation of this provision, the County shall have the right to terminate any related contract or agreement without liability and at its discretion to deduct from the price, or otherwise recover, the full amount of such fee, commission, percentage, gift, payment or consideration. You Must Complete and Return all 3 paqes of Attachment B with Your Submittal. Document Must Be Notarized Bid 12-125 Landscaping GDOT Right of Way Page 7 of 31 Attachment B- Page 3 of 3 Contractor Affidavit and Aqreement By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program" [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603), in accordance with the applicability provisions and deadlines established in O.C.G.A 13-10-91. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with Augusta Richmond County Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with O.C.G.A 13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta Richmond County Board of Commissioners at the time the subcontractor(s) is retained to perform such service. Georgia Law requires your company to have an E-Verify*User ldentification Number (Company I.D.) on or after July 1, 2009. For additional information or to enroll your company, visit the State of Georgia website: https://e-verify.uscis.qov/enroll/ and/or http://www.dol.state.qa.us/qdf/rules/300 10 1.pdf ** E-Verify * User ldentification Number (Company I.D.) NOTE: E-VERIFY USER IDENDIFICATtON NUMBER (COMPANY I.D.) MUST BE PROVIDED: IN ADDITION, THE RECOMMENDED AWARDED VENDOR WILL BE REQUIRED TO PROVIDE A COPY OF HOMELAND SECURITY'S MEMORANDUM OF UNDERSTANDING (MOU) The undersigned further agrees to submit a notarized copy of Attachment B and any required documentation noted as part of the Augusta, Georgia Board of Commissions specifications which govern this process. In addition, the undersigned agrees to submit all required forms for any subcontractor(s) as requested and or required. I further understand that my submittal will be deemed non-compliant if any part of this process is violated. Company Name BY: Authorized Officer or Agent (Contractor Signature) Title of Authorized Officer or Agent of Contractor Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF , 20_ NOTARY SEAL Notary Public My Commission Expires: You Must Comalete and Return all 3 pa4es of Attachment B with Your Submittal. Document Must Be Notarized Rev.8/15/2011 Bid 12-125 Landscaping GDOT Right of Way Page 8 of 31 � ' 'I�� G E� O R G I A EXCEPTION SHEET If the commodity (ies) and/or services proposed in the response to this bid is in anyway different from that contained in this proposal or bid, the bidder is responsible to clearly identify by specification section number, all such differences in the space provided below. Otherwise, it will be assumed that bidder(s) offer is in total compliance with all aspects of the proposal or bid. Below are the exceptions to the stated specifications: Signature Date Company Title Return with submittal if the commodity and/or services proposed in the response to this bid are in anyway different from that contained in the specifications. Rev.8/35/2011 Bid 12-125 Landscaping GDOT Right of Way Page 9 of 31 /' ' 'i�j� G E� O R G I A Systematic Alien Verification for Entitlements (SAVE Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate, Alcohol License, Taxi Permit, Contract or other public benefit as reference in O.C.G.A. Section 50-36-1, I am stating the following with respect to my bid for an Augusta, Georgia contract for (Bid/RFP/RFQ Project Number and Project Namej [Print/Type: Name of natural person applying on behalf of individual, business, corporation, partnership, or other private entityJ (Print/Type: Name of business, corporation, partnership, or other private entityJ 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 § USC 1641) or nonimmigrant under the Federal Immigration and Nationality Act (8 USC 1101 et seq.) 18 years of age or older and lawfully present in the United States. In making the above representafion under oath, I understand that any person who knowingly and willfully makes a fa/se, fictifious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section 16-10-20 of the Official Code of Georgia. Signature of Applicant Printed Name * Alien Registration Number for Non-Citizens SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF , 20 Notary Public My Commission Expires: NOTARY SEAL Note: The successful vendor will submit the above forms fo the Procurement Department no later than five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote the date forms are to be received). Rev.8/15/2011 Bid 12-125 Landscaping GDOT Right of Way Page 10 of 31 /' ' 'i�j/� G E� O R G I A STATE OF GEORGIA - COUNTY OF RICHMOND BID/RFP/RFQ# SUBCONTRACTOR AFFIDAVIT By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with on behalf of Augusta Richmond County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 ([RCA), P.L. 99-603), in accordance with the applicability provisions and deadlines established in O. C. G. A 13-10-91. E-Verify * User ldentification Number Company Name BY: Authorized Officer or Agent (Contractor Signature) Title of Authorized Officer or Agent of Contractor Georgia Law requires your company to have an E-Verify*User ldentification Number on or after July 1, 2009. Printed Name of Authorized Officer or Agent For additional information: State of Georgia ht_tp://www.dol. state.qa.us/pdf/rules/300 10 1.pdf SUBSCRIBED AND SWORN BEFORE ME ON THIS THE https://e-verifv.uscis.qov/enroll/ DAY OF , 20 Notary Public My Commission Expires: NOTARY SEAL Note: The successful vendor will submit the above forms to the Procuremenf Department no later than five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote the date forms are to be received). Rev.7/22/2011 Bid 12-125 Landscaping GDOT Right of Way Page 11 of 31 /' ''i�=�- ' G E� O R G I A In accordance with the Laws of Georgia, the following affidavit is required by all vendors NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR �� certify that this bid or proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same work, labor or service to be done or the supplies, materials or equipment to be furnished and is in all respects fair and without collusion or fraud. I understand collusive bidding is a violation of state and federal law and can result in fines, prison sentences and civil damages awards. I agree to abide by all conditions of this bid or proposal and certify that I am authorized to sign this bid or proposal for the bidder. Affiant further states that pursuant to O.C.G.A. Section 36-91-21 (d) and (e), has not, by itself or with others, directly or indirectly, prevented or attempted to prevent competition in such bidding or proposals by any means whatsoever. Affiant further states that (s)he has not prevented or endeavored to prevent anyone from making a bid or offer on the project by any means whatever, nor has Affiant caused or induced another to withdraw a bid or offer for the work. Affiant further states that the said offer of is bona fide, and that no one has gone to any supplier and attempted to get such person or company to furnish the materials to the bidder only, or if furnished to any other bidder, that the material shall be at a higher price. Signature of Authorized Company Representative Title Sworn to and subscribed before me this day of , 20 . Notary Signature Notary Public: (Print Name) County: Commission Expires: NOTARY SEAL Note: The successful vendor will submit the above forms to the Procurement Deparfinent no later than five (5) days after receiving the "Letter of Recommendation" (Vendor's letter will denote the date forms are to be received). Rev. 7/22/2011 Bid 12-125 Landscaping GDOT Right of Way Page 12 of 31 Bid Item 12-125 Landscaping GDOT Right of Way Due Date: friday, January 27, 2012 at 11:00 A.M. Invitation The Planning & Development Department for Augusta, Georgia is seeking quotes from vend� quote for landscaping improvements at the southeast quadrant of the intersection of Gordon h,, Bridge Road. Sealed quotations will be received by: Ms. Geri Sams Director of Procurement 530 Greene Street, Room 605 Augusta, GA 30901 Quotations must be sealed and labeled on the outside of the package to clearly indicate that they are in response to Bid Item 12-125 Landscaping GDOT Right of Way. The package must be received at the Procurement Department on or before F�iday, January 27, 2012 @ 11:00 a.m. A Mandatory Pre-Bid Meeting will be conducted at the Procurement Department, 530 Greene Street, Room 605 on Tuesday, January 24, 2012 @ 10:00 a.m. Scope of Services Augusta, Georgia seeks a vendor for landscaping improvements. The project will consist of landscaping improvements at the southeast quadrant of the intersection of Gordon Highway and Deans Bridge Road. The improvements will be located between the edge of the pavement and the property line within the right-of-way owned by the Georgia Department of Transportation. Plans and specifications are included with these bid documents. The project will consist of clearing existing, vegetation as needed, utilizing dirt provided at the site by Augusta to create berms, other minor grading as needed, erosion and sedimentation control using best management practices, installing irrigation beginning at an onsite water source to be provided by Augusta, providing and installing plant material and turf, mulching, soii enhancement and providing traffic control. Since the project is located within the GDOT right-of-way the project must follow GDOT T.O.P.P.S document 6755-9-Landscaping on the right-of-way — and adhere to all rules for traffic cont�ol. Augusta, Georgia seeks one qualified bidder to undertake the above referenced activities on a lump sum basis, with transportation of dirt from Augusta's wastewater treatment plant to the site of the project priced per cubic yard separately as an addendum. At this time, it is uncertain whether Augusta can provide that service but it will be known by the time the contract is to be awarded. The pfanting must be completed by March 1, 2012 to comply with the GDOT rules for landscaping the right-of-way. � There will be a 10% Bid Bond requirement that is required to be submitted with your bid package and $500.00 a �L� day Liquidated Damages. �q� � � ���' Alt responses will be retained as property of Augusta, Georgia. � Augusta, Georgia assumes no responsibility for bids received after the deadline, or at locations other than as specified herein. General Instructions and Conditions Vendor responses to this request for quotes are subject to the following requirements and conditions: • There is no specific outline or breakdown required for responses, but respondents to this request for quotes should provide the following information in their response: o A brief description of the company, including: ■ Number of Years in Business Bid 12-125 Landscaping GDOT Right of Way Page 13 of 31 ■ Parent Company Name (if different from name under which vendor does business) o A list of three references of clients whom are being provided the same or similar type services. The reference list shall include current clients which services have been provided within the past three (3) years and shall provide a contact person and telephone number. Augusta reserves the right to contact clients for reference checks. o A price proposal which should be enclosed. • Accepting a response to this request from the vendor does not obligate Augusta to any contractual agreement with the vendor. • Augusta will honor the confidentiality of all quotes submitted in response to this request. • Vendors who misrepresent the capabilities of their company or introduce additional costs separate from those proposed in the response to this request (unless requested by Augusta) may be subject to immediate disqualification from the selection process at any time, up to and including final administrative approval of the services offered. • Vendor understands that initial quote is to consist of landscaping improvements at the southeast quadrant of the intersection of Gordon Highway and Deans Bridge Road. Award of Contract: The contract, if awarded, will be awarded to the most responsive and responsible vendor whose bid will be most advantageous to Augusta, Georgia, price and other factors considered. Augusta, Georgia will make the determination. Augusta, Georgia reserves the right to award this contract not necessarily to the bidder with the lowest price, but to the bidder that demonstrates the best ability to fulfill the requirements of Bid Item #12-125 Landscaping GDOT Right of Way. Augusta, Georgia reserves the right to reject any or all bids in whole or in part received by reason of this Bid Item #12-125 Landscaping GDOT Right of Way. Augusta, Georgia will not pay for any information herein requested, nor is it liable for any costs incurred by the bidder. Bid 12-125 Landscaping GDOT Right of Way Page 14 of 31 . � ''I ��� G E't) R G I A Attachment B You Must ComAlete and Return all 3 paaes of Attachment B with Your Submittal Document Must Be Notarized Augusta, Geargia Augusta Procurement Department ATTN: Procu�ement Director 530 Greene Street, Suite 605 Augusta, Georgia 0901 Name of Bidder: S (� � Street Address: �� �.� Z► City, State, Zip Code: �� S C �) ` Phone: ���o Q 1 �7 �� Fax: 7C� -��- �n 1� Email: � ', C.C�M Do You Have A Business Ucense? Yes: �„_ No: Business Llcense # for your Company ( Must Providel; _ , a, a t 1� a� tiP�� Cflmpany must be iicensed in the Govemme�al entity for where they do the majonty of their business. If your GovemmeMal entlty (State or Local) does not require a business licer�e, your company will be required to obbin a Ric�mond Counry business license ff awarded a Bid/RFP/RFQ. For further information contact the License a�d In on De rtment @ 7 312- 6�. _ n List the State. Citv 3 Countv that issusd vaur license: �C ."��.�1� �. � C. r�r �j�-`, Acknowledgement of Addenda: (#1)�: (#2) : (#3) : (#4) : (#5) : (#6) : (#7) : (#8) T NOTE: CH_ECKAPPROPRIATE BOXcES� pnn annrr�n�vaT.�.nr,,,�� AC APPi.if'ARi.F Statement of Non-Discrimination The undersigned understands that it is the policy of Augusta, Georgia to promote full and equal business opportunity for all persons doing business with Augusta, Georgia. The undersigned covenants that we have not discriminated, on the basis of race, religion, gender, national origin or ethnicity, with regard to prime contracting, subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of locai small businesses on the bid or contract awarded by Augusta, Georgia. The undersigned further covenants that we have completed truthfully and futiy the required fo�rns regarding good faith efforts and local small business subcontractor/supplier utilization. The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against local small businesses, in conformity with Augusta, Georgia's Local Smail Business Opportunity Program. Set forth below is the signature of an officer of the bidding/contracting entity with tfie authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take a�rmative action to provide such companies with the maximum practicable opportunities to do business with this Company; That this promise of non-discrimination as made and set forth herein shall be continuing in nature and shall remain in fuli force and effect without interruption; That the promises of non-discrimination as made and set forth herein shall be and are hereby deemed to be made as part of and incorporated by reference into any contract or portion thereof which this Company may hereafter obtain and; That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall constitute a material breach of contract entitling Augusta, Georgia to declare the contract in default and to exercise any and all applicable rights remedies including but not limited to cancellativn of the contract, termination of the contract, suspension and debarment from future contracting opportunities, and withholding and or forfeiture of compensation due and owing on a contract. Bid 12-125 Landscaping GDOT Right of Way Page 6 of 31 Attachment B- Page 2 of 3 Non-Coliusion of Prime Bidder/Offeror By submission of a bid, the vendor certifies, under penaity of perjury, that to the best of its knowledge and belief: (a) The prices in the proposai have been arrived at independently without co{lusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendor or with any competitor, (b) Unless otherwise required by law, the prices which have bee� quoted in the proposai have not been knowingly disciosed by the vendor prior to opening, directiy or indirectly, to any other vendo� or to any competitor. (c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or corporation to submit or not to submit a proposal for the purpose of restricting competition. Collusions and fraud in bid preparation shall be reported to the State of Georgia Attomey General and the United States Justice Department. Conflict of Ir�terest By submission of a bid, the �esponding �rm cert�es, under penalty of pe�jury, that to the best of its knowledge and belief: 1. No circumstances exist which cause a Conflict of tnterest in pertorming the services required by this fTB, and 2. That no empfoyee of the County, nor any member thereof, not any public agency or official affected by this tT6, has any pecuniary interest in the business of the responding firm or his sub-consultant(s) has any inte�est that would conflict in any manne� or degree with the perFormance related to this ITB. By submission of a bid, the vendor certifies under penalty of perjury, that to the best of its knowledge and belief: (a) The prices in the bid have been arrived at independently without collusion, consultation, communications, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other vendar or with any competitor. (b) Unless otherwise required by law, the prices which have been quoted in the bid have not knowingly been disclosed by the vendor prior to opening, directly or indirectly, to any other vendor or competito�. c) No attempt has been made, or will be made, by the vendor to induce any other person, partnership or cooperation to submit or not to submit a bid for the purpose of restricting competition. For any breach or violation of this provision, the County shall have the right to terminate any related contract or agreement without liability and at its discretion to deduct from the price, or otherwise recover, the full amount of such fee, commission, percentage, gift, payment or consideration. You Must Complete and Return all 3 aaaes of Attachment B with Your Submittal Document Must Be Notarized Bid 12-125 Landscaping GDOT Right of Way Page 7 of 31 Attachment B- Page 3 of 3 Cont ctor �davit and �lareement By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 13•10-91, stating a�rmatively that the individual, firm, or corporation which is contracting with Augusta Richmond County Board of Commissioners has registe�ed with and is participating in a federal work authorization program'� [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L. 99-603], in accordance with the applicability provisions and deadiines established in O.C.G.A 13-10-91. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with Augusta Richmond County Board of Commissioners, contractor will secure from such subcontractor(s} similar verification of compliance with O.C.G.A 13-10-91 on the Subcontractor A�davit provided in Rule 300-10-01-.08 or a substantiatly similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta Richmond County Board of Commissioners at the time the subcontractor(s) is retained to perForm such senrice. Georgia Law requires your company to have an E-Ve�ify`User ldentiffcation Number (Compsny I.D.) on or ai�er July 1, Zoos. For additional information or to enroll your company, visit the State of Georgia website: https:l/s-verifv.uscis.qov/enrolU and/or h#tp://www.doi.state.qa.u 1fl 1.ndf ** E-Ve�ify * User ldent�cation Number (Company l.D.) � � (...�' `�1��� NOTE: E-VERIFY USER IDENDIFICATION NUMBER (COMPANY I.D.) MUST BE PROVIDED: IN ADDITION, THE RECOMMENDED AWARDEO VENDOR WILL BE RE�UIRED TO PROVIOE A COPY OF HOMELAND SECURITY'S MEMORANDUM Of UNDERSTANDING (MOU) The undersigned further agrees to submit a notarized copy of Attachment B and any required documentation noted as part of the Augusta, Georgia Board of Commissions specifications which govern this p�ocess. fn addition, the undersigned agrees to submit alf required forms for any subcontractor(s) as requested and or required. I further understand that my submittal will be deemed non-compfiant ff any part of this process is violated. � r ' a'� �.�� �1 � L�� p n Name �,� .. BY: A ' d Officer or Agent c , \ (Contrac or Signature) T' e of Authorized icer or A nt of Contractor " 1 � �� � Printed Idame of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE � DAY OF ' 2pL � ' ; D1�TAJ �RD NOTARY SEAL Notary Pu i ��'� t'OLUMBIA COUNTY My Commission Expires: +nrrnu�a����gxp�g,�12�L.�11� You Must Comnlete and Return all 3 �aoes ofi Attachment B with Your Submittal Dxument Must Be Notari2ed Rev.8/15/2011 Bid 12-125 Landscaping GDOT Right of Way Page 8 of 31 Bid Item 12-125 Landscaping GDOT Right of Way . Due Date: Friday, January 27, 2012 at 11:00 A.M. Price Proposal t�, Lump Sum � �'Y" � � �� V � � �� � Add Attemate Hauling of D�rt $ Bid 12-125 Landscaping GDOT Right of Way Page 31 of 31 References (Landscape): Columbia County Government 08/2010 $28,128.24 Tony Temple 640 Ronald Regan Drive Evans, GA 30809 � 706.312.7447 ttemnles!a�columbiacoun a.�ov Nightingale Properties, LLC/Colony Plaza (Peach Orchard Rd) $42,031.28 Benzy Fishbane 0812010 1430 Broadway Suite 1605 New York, NY 10018 Office 212-742-2800 ext 106 bf slibaa�.e(�TheNGgroup.com Savannah State University 1 ]/2009 $32,851.00 Alicia Williams PO Box 2023.9 Savannah, GA 31404 912-353-3045 awi lliam �savannahstate.edu QUALIFICAT{ON OF BIDDERS Ve�dor Numb�r: Augusta, 6sor�gla A�ceptal�� Date : pUeator of Pr�ocuroment g�r ; 530 Groene Strost - 605 Augusta, GA 30901 All Responses Should Be Typed Or P�iMed am�.� a Date of Ap N �..x�i�"+t ca �� -- I L ress to whi Biddi g F n rchase ders a to be ��� U� i� �- � �. c ��� n ' ,��3 Ad _ s to which Sym ��to be Mailsd: in business? Type of Organization (Please mark one). ndivi if In� rated, Ple�e Provide State of Incorpo�atian; Partnerahl Co ration Please Provide Names ot Ofiicers� Members, or Owners of Concem, Partnerahip, Etc� As Well qs Yeara of Exper� In This Fieid: (Aj PresideM• � (B) Vic�-PresideM: 8 Secretary: (D) Tressurer: (E) Owners r P��� <'��, , ^� � (E) Other JIJiIJV i Pleese Provide Your Current Du� and Bradstreet7 Ratin � If Avatlable: � Please List Ail Persons or Concems Authorized to Sign Bids and Contracts In Your Name: (If AgeM� Please So S Name Official C c _ � C A � CoMad P ns on Matters Concemin Bids and Contracts If ent, So S Name Officlal Ca Tele one Number i,� . � - � � � n : n _ �_ � � c � .- � -� _ How M n Years Has You� Com n Been In Busineas? � s How Lo Has Your Compsn Been Established in Gea ia? ( S proximatel How Ma Hou�l Em lo ses Do You Plan to Emplo on a R ula� Basis for this Contract? How Man Salaried Su rviso Empto ees Do You Plan to Empto on a R ular Bas� for this Cantract? Plesse List Three (3) Clients in the Augusta, GA or Surrounding Area, For Wham You Are Providing Services, for a Refenence Check: Name Add�ss$ Start Date Ysars of Service Contact person and � ,, p� Phone No. ' 1c� T � �� ���a C� � ��� �t -� �� -� � r �`� "� � �� � �� � C�-�c.�n � ��Q �� - �1- � '� f S � -z�� - ` �� � �� �, �� _ Signature: Date: � �( �9 ' � � Form Date: 't/2012 , Bid 12-125 Landscaping GDOT Right of Way ( Page 15 of 31 Qrganizational Structure Beginning in 1998 in Augusta, GA, Davis Lawn Care has worked towards building a reputation based on customer satisfaction and by providing superior landscaping services to a variety of commercial clients. With Andy Davis, as owner, and Mike Norland, as then veteran crew leader, Davis Lawn Caze decided in 2005 to expand its client base across the river into Aiken, SC. Now with a strong customer base in both cities, Andy and Mike, now partners, decided to create a plan that would expand the company across Georgia and South Carolina. With a great family of employees, Davis Lawn Care is proud to have offices in Augusta, GA, Columbia, SC, and Savannah, GA. This expansion enables us to provide additionallandscaping, maintenance and services in our office cities and the sunounding areas. With continued growth still expected for the company and more opportunities to expand into new communities, we look forward to continuing our dedication to providing exceptional service in South Carolina and Georgia. �'.�.. ._, .:,. . ��� Companv Profile � A company specializing in landscape contracting and comprehensive landscape maintenance programs for commercial clients. We focus on projects and properties requiring attention to detail, complex construction, high quality installation and we offer a full service maintenance follow-up program. All technical services are performed by certified staff personnel and all imgation, spray and horticultural people are engaged in continuing education programs in their field. Founded: 1998 Management Andy Davis; Owner Ki Jones; Landscape Manager Cindy Correia; Sales Manager Diana Shepherd; Office Administrator Employees 40 � Equipment Vehicles 1$ Summary TractorBobcats 2 Production Mowers 25 Sitework Systems 2 Two-Cycle Equipment 180 Staff Summary S.C. Certified Applicators 2 GA Certified Applicatars Z Landscape Technicians 3 Area Supervisors 2 Crew For�men 8 Irrigation Technicians 2 Mechanics 1 � Fertilizer Technician 1 References: • Columbia Countv Board of Education: Studding Island Middle School Evans, GA � � �,,����,w,� � �, � ,.� _ �' 4 � ,s ,�„ ���,�° , � h��`� �� , � p �v¢� i �, .� � .�uk : Zf" , . 4 �, it Davis Lawn Caze is currently in year two under a five year lawn care maintenance contract with ;�' the Columbia County Board of Education. DLC maintains a total of 33 properties under this contract that range in size from 10 acres to 60 acres. Our experience with school systems has shown us that all contracts are important yet schools require unique scheduling and excellent over sight to ensure continued satisfaction while maintaining flexibility azound school schedules. We work with the school to make sure that education and student activities come first. . Greenbrier High School, Evans GA Columbia County Board of Education Tim Beatty Executive Director 4?81 Hereford Farm Road Evans, GA 30809 706.541.7447 tbeatty@ccboe.net • Columbia Countv Government, GA (uarks, roads and municinalities) Columbia Counry Judicial Center Davis Lawn Care is currently under a lawn care -- maintenance contract with Columbia County, GA. We provide maintenance to the library, � court house, parks, road ways and other municipal buildings. Davis Lawn Caze understands the complexities of providing landscape maintenance to county properties to help keep an inviting community for people to experience and enjoy. County Library Park and amphitheater �'�'`''. Columbia County Government Tony Temple Maintenance Manager 640 Ronald Regan Drive Evans, GA 30809 706.312.7447 ttemples@columbiacountyga. gov References ,,��� �;# � _ �,` � � i��,r��i� �' � �i. �� �;,_ �'� ,A.�rrr � i - II ...� • ATC Develoament: Davis Lawn Care is currently under contract with ATC Development to maintain six of their properties located in Augusta, Ga and North Augusta, SC. We take their trust and confidence in us very seriously, when servicing their properties. We always say, the little things aze what matters and with ATC they do. ATC Development Shelly Martin 220 Boyscott Road Augusta, GA 30909 smartin@atcdevelopment. com M � M * �d' � � �: t1� Z c�' � ; O o � � � c� Q � � .. . Z � `�..-.� � o � .. V � � z� y • _ � c � � �. � � ".' o � N * � � � � � � �.: � 4 N � �; � f � O V .r_.� t. `: c�- �' ��` : �: � � �- . � � J U C � � � • U � � : � � _' � x � • x � �, : � ,�. ... • (, "1' � p O W � '� � m � � � Z C � O � . t� = rn m . � o Z a rr, � � �� = C O � � � � � 0 i 1•� ? F � = `� O a � F- > g � � ' � �� . ¢° 4 � �¢ � � = mo d LL F" d � L O � o r WCC �v ^ N H � Q'' �L � } w � aoo