ADDENDUM #1 BL Construction of Club Drive Park: Phase II

Similar documents
Item Name Description Unit of Measure Mobilization Per WSDOT Lump Sum

Table of Contents for Guide Specifications

BID FORM (LUMP SUM CONTRACT)

JUDD STREET LIFT STATION DEWATERING CONTRACT

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

DRAFT TECHNICAL SPECIFICATIONS FOR

Addendum No. 1 Page 1 of 2

Bid Form. Schedule 2 Alternate Bid No. 4: Install gutters and downspouts. (100% Local Funded)

All Bidders of Record Stephen Diglio, P.E., KAS Inc. Nanette Rogers, Brent Meacham, Town of Westford

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.

DIVISION 31 EARTHWORK 2006 Edition, Published January 1, 2006; Division Revision Date: January 31, 2012

Finance & Technology Administrator (815) ext 223

Bid Form. To the Texas Department of Transportation hereinafter called the Agent.

CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

The Contract Documents for the referenced project are hereby amended in the following particulars only, with all other conditions remaining unchanged.

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Project: Multiple Park Demolition Project Bid#P

**BID OPENING DATE CHANGE Bid Open Date: Thursday, March 29, 2018 at 11:00 AM

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

Forsyth County Procurement

Main Building Auditorium

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT Pavement Rehabilitation Clear Zone Improvements MM 64.4 to MM 68.5

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

ADDENDUM 3 Contractor Questions Essex County Courthouse Square Drainage Improvements IFB Responses Issued March 30, 2016

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Northwest Trek Core Area Fence Upgrade SWR BID NO. T Request for Bids

REQUEST FOR PROPOSAL ARCHITECTURAL & ENGINEERING SERVICES OTTAWA COUNTY ROAD COMMISSION COOPERSVILLE AREA MAINTENANCE COMPLEX

SECTION A1 EXCAVATION AND BACKFILL GENERAL

Fox Avenue Improvements From Gamebird Road to Dalton Street Bid # PROJECT SPECIFICATIONS TABLE OF CONTENTS

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017

Department of Transportation Pierre Region Office 104 S. Garfield Bldg. A Pierre, South Dakota / FAX: 605/

ADDENDUM No. 6. ITB No. 4424: W.R. Wheeler (Swift Run) Service Center PUD Non-motorized Improvements Phase 1

CONSTRUCTION SPECIFICATION FOR EXCAVATING AND BACKFILLING - STRUCTURES

CITY OF SANTA ANA PROPOSAL PROJECT NOS.: , , , DOWNTOWN PARKING FACILITY IMPROVEMENTS

ADDENDUM NO. 1. for the VETERANS PARK RENOVATIONS CITY OF TALLADEGA, ALABAMA. Posting Date: June 20, 2013

ADDENDUM NO. 2 PROJECT: Omaha Nation Food Distribution Building Macy, Nebraska Project No ARCHITECT:

INVITATION TO BID CITY OF HOPKINSVILLE

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

MATERIAL ALLOWANCES AND UNIT PRICES

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

Construction Contract Basics

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

Demolition and Replacement of the James River Fishing Pier. 3:00 p.m., July 15, 2014 (UNCHANGED)

CITY OF THREE RIVERS, MICHIGAN Specifications for Bids. Tree and/or Stump Removal Performance Bids

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

Bridge Manual - Part I - June CHAPTER 5 SPECIAL PROVISIONS AND ESTIMATE

ADDENDUM NO. 1 APRIL 24, 2017

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904)

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

SECTION 19 - TRENCH EXCAVATION, BEDDING AND BACKFILL TABLE OF CONTENTS

SUQUAMISH WAY NE SHOULDER AND SIDEWALK IMPROVEMENT PROJECT

(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.

CONTRACTOR S PROPOSAL FISCAL YEAR STREET IMPROVEMENT PROJECT AND MAIN STREET BRIDGE REHABILITATION

REQUEST FOR CONSTRUCTION BIDS May 23, 2017

BID FORM - LUMP SUM BID

VANDERBILT UNIVERSITY

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

Highlands Housing Authority

SPECIAL NOTES FOR CONTRACT. Bidding Requirements and Conditions. Specifications Governing this Project

TOWN OF ROTTERDAM RESIDENTIAL BUILDING PERMIT APPLICATION Ext. 395 Needed to Obtain Permit:

City of New Haven. 101 FRONT STREET PO BOX 236 NEW HAVEN, MO Phone * * Fax

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

SECTION UNIT PRICES. A. PART A and DIVISION 1 of PART B are hereby made a part of this SECTION.

MECHANICAL SYSTEM REPLACEMENT BROWN COUNTY COURTHOUSE 200 EAST COURT STREET MOUNT STERLING, ILLINOIS 62353

WEST VIRGINIA DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS

Addendum # 1 Perdue Stadium Seating Bowl Improvements Date of Addendum: 09/07/16

LI STATIONS N-03 & N-06 PLACEMENT BID # B May 18, 2016 Addendum 2

CW 3530 MANUAL IRRIGATION SYSTEM TABLE OF CONTENTS

CITY OF FARGO SPECIFICATIONS AGGREGATE BASES

PROJECT MANUAL Volume 1. Project: Clayton Greenway System -Mark s Creek Bridge Replacement

2014 ARTICLE III IMPROVEMENTS IN THE CITY OF EL CENTRO ADDENDUM NO. 02

ST. GABRIEL OF THE SORROWFUL MOTHER CHURCH

Bolton & Menk, Inc Premier Drive Mankato, MN June 2, 2015

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

ADDENDUM NO. 1 SPECIFICATIONS AND CONTRACT DOCUMENTS. All Plan Holders and Prospective Bidders

Pier C North Damaged Pile Repairs. Pre-Bid Meeting April 24, :00 AM. Agenda Items

SECTION IV. PIPELINE EXCAVATION AND BACKFILL

NORWEST ENGINEERING Consulting Engineers N.E. 122nd Ave., Suite 207 Portland, Oregon (503)

PROPOSAL PACKET CITY OF MASCOUTAH HUNTERS TRAIL PAVING. BID DATE: 9:00 a.m., August 31, 2017

1.02 RELATED WORK: Refer to the following sections for related work: Section 4000-Concrete Materials and Methods

2016 CONCRETE REPLACEMENT PROJECT

REQUEST FOR PROPOSALS

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

1. FROM (Bidder): (Name)

DOCUMENT BID FORM - STIPULATED SUM

GWINNETT COUNTY STORM SEWER PIPE STANDARDS

SECTION 39 - MANHOLES TABLE OF CONTENTS 39-1 GENERAL PRECAST CONCRETE MANHOLES

Section 1I-3 - Bioswales

SECTION CONTROLLED LOW STRENGTH MATERIAL

REQUEST FOR PROPOSALS SOLID WASTE COLLECTION AND LANDFILL MANAGEMENT STUDY CRISP COUNTY GEORGIA

DRIVEWAYS & APRONS & CURB CUTS (INCLUDING DRIVEWAY EXTENSIONS)

REQUEST FOR PROPOSAL Asphalt & Concrete Repair

The Georgian Highlands Where Nature is your Amenity Guidelines to Property Owners Issue 1, July 22, 2003

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

All Approved Contractors / Interested Parties Re: ADDENDUM #1 Project: Burton ISD Rock Building Renovation Date: April 9, 2015

SECTION 14 - RESTORATION OF SURFACES TABLE OF CONTENTS

Transcription:

October 25, 2017 ADDENDUM #1 BL094-17 Construction of Club Drive Park: Phase II 1389 Peachtree Street, NE Suite 200 Atlanta, GA 30309 Phone: 404.873.6730 www.tsw-design.com Principals: William Tunnell Jerry Spangler Thomas Walsh Caleb Racicot Adam Williamson Bryan Bays Heather Hubble Associates: Rebekah Calvert Ben Woodrow Giles David Lintott Alex Fite-Wassilak Lionel Johnson Sarah McColley Q1. Playground area. What is the surfacing type that is being requested under the play equipment? A1. The playground surface is an engineered wood fiber play surface. See sheet L-5.05. Q2. For the shelter - are you requesting a fabric shade material or a steel shelter? A2. The shelter structure being called out is of metal construction with a standing seam roof. See sheet L-5.06. Q3. What is the project s estimated Cost/Value or Budget? A3. There is approved funding for this project. Gwinnett County expects each contractor to bid a competitive price. Award will be made to the lowest responsive and responsible bidder. Q4. Boardwalk (A) drawing L-4.00 shows the boardwalk length at 67-65' with 21-67' square wood deck section. Is this structure supported on 8"x8" posts that are supported on reinforced concrete pads see (L-501) that are supported on HELICAL PIERS? If so are there one or two helical piers embedded in each concrete pad. Also I do not see how many concrete pads there are if any. A4. Boardwalk (A) is supported by 8 x 8 posts with reinforced concrete footers as shown in detail 1/L-5.01. The base bid should include the posts and footings as detailed, as well as Unit Price #13 in the attached revised Bid Schedule and Schedule of Unit Prices. Q5. Boardwalk (B) Drawing L-501, shows 8"x8" posts supported on reinforced concrete pads that are supported on Helical Piers. Are all 8"x8" posts supported by helical piers? If so how many concrete pads are there and are there one or two piers per pad. I see the alternate supports for Boardwalk (B) replacing the concrete piers with helical piers. I also see the abutment and the helical piers there. A5. Boardwalk (B) is supported by three concrete piers which are detailed in 2/S-2 and D/S-2. This is included in the base bid. Alternate #2 includes work associated with constructing the three concrete piers in Boardwalk (B) with a helical foundation.

BL094-17 ADDENDUM #1 Construction of Club Drive Park: Phase II October 25, 2017 Sheet L-5.01 is related to Boardwalk (A). Boardwalk (A) is supported by 8 x 8 posts with reinforced concrete footers as shown in detail 1/L-5.01. The base bid should include the posts and footings as detailed. Q6. (B) Boardwalk-Please verify there are no helical piers for the RAMP. I see 8"x 8" posts on Ramp however I believe this is for the railings only. A6. There are three concrete piers in Boardwalk (B). These piers are located and detailed in sheets S-1 and S-2. The 8 x8 posts called out in Boardwalk (B) are only to support the railing, and are connected to the boardwalk rim (per note 2 in 1/L-5.02). There are helical piers included in the bridge abutment wall, as shown in detail 1/S-2. This is included in the base bid. Alternate #2 includes work associated with constructing the three concrete piers supporting Boardwalk (B) with a helical foundation. Q7. Drawing L-5.01 shows footing pad detail that has helical piers as a possibility, if soil is not able to hold the load capacity. Should we submit our quote as a unit price for all footing pads? A7. Boardwalk (A) is supported by 8 x 8 posts with reinforced concrete footers as shown in detail 1/L-5.01. The base bid should include the posts and footings as detailed, as well as Unit Price #13 in the attached revised Bid Schedule and Schedule of Unit Prices. Q8. Could we please obtain a.dwg file for the grading plan for Club Drive Park Phase 2? A8. DWG files will be made available to the awarded vendor after the formal Notice to Proceed has been issued by the County. Q9. Are there any irrigation requirements? A9. See Landscape Warranty and Maintenance requirements stipulated in the specifications, Section 329200 Turf and Grasses and Section329300 Plants. Q10. I do not see all the necessary information on the (A) Boardwalk from sheet L-5.01. I've completed the take-off on the (B) Boardwalk- (6) helical piers for the abutment, (10) helical piers for the boardwalk supports, and (18) helical piers for the (9) concrete pads under each 8X8 post. Also (B) has a ramp with no concrete pads and 8X8 supports. Should I go with the (14) concrete pads for Boardwalk A? There isn't a detail that shows how many pads there are. A10. Boardwalk (A) is supported by 8 x 8 posts with reinforced concrete footers as shown in detail 1/L-5.01. The base bid should include the posts and footings as detailed, as well as Unit Price #13 in the attached revised Bid Schedule and Schedule of Unit Prices. There are three concrete piers in Boardwalk (B). These piers are located and detailed in sheets S-1 and S-2. The 8 x8 posts called out in Boardwalk (B) are only to support the railing, and are connected to the boardwalk rim (per note 2 Page 2 of 3

BL094-17 ADDENDUM #1 Construction of Club Drive Park: Phase II October 25, 2017 in 1/L-5.02). There are helical piers included in the bridge abutment wall, as shown in detail 1/S-2. This is included in the base bid. Alternate #2 includes work associated with constructing the three concrete piers supporting Boardwalk (B) with a helical foundation. Q11. I see on drawing L-5.01 the footing pad detail that mentions how the Helical Piers for the pads will be used if the soil cannot hold the required load capacity. Can you let me know if all the footing pads under the 8" X 8" posts can be submitted as a UNIT PRICE? A11. Boardwalk (A) is supported by 8 x 8 posts with reinforced concrete footers as shown in detail 1/L-5.01. The base bid should include the posts and footings as detailed, as well as Unit Price #13 in the attached revised Bid Schedule and Schedule of Unit Prices. Q12. Could we obtain a geotechnical report if available? A12. See Appendix A and Appendix B of the Project Manual. Q13. Were there any soil borings performed at the site? A13. See Appendix A and Appendix B of the Project Manual. Q14. Could the contractor perform soil tests on site before the bid? A14. Contractors will not be allowed to perform soil tests on site before the bid due to time constraints and the County s inability to verify third party information and its conformation to the design. Geotechnical information has been provided in the appendices of the project manual for all contractors to use prior to bid. Q15. Regarding alternate 1, is the acetylated lumber only to be installed for the benches and decking boards only, excluding all other joists, framing, and railing lumber? A15. That is correct. Alternate #1 is only related to the lumber for the Floating bench and adjacent decking boards. Attachments: Prebid Conference Sign-In Sheet Revised Bid Schedule Revised Schedule of Unit Prices Thank you, Bryan Bays Sr. Principal, TSW Page 3 of 3

ADDENDUM 1: REVISED BID SCHEDULE 10.25.2017 GWINNETT COUNTY, GEORGIA Page 8R CONSTRUCTION OF CLUB DRIVE PARK: PHASE II BL094 17 FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID. BID SCHEDULE The Bidder has carefully examined and fully understands the Contract, Plans and Specifications and other Documents hereto attached, and has made a personal examination of the Site of the proposed Work, and has satisfied himself as to the actual conditions and requirements of the Work, and hereby proposes and agrees that if his bid is accepted, he will contract with Gwinnett County according to the bidding Documents entitled Construction of Club Drive Park Phase II and Addenda, as well as the existing conditions of the project, and conditions affecting the Work, the undersigned proposes to furnish all services, labor and materials required by them in accord with said documents, personal observations of the site conditions, including the total sums for Unit Price Items 1 through 10 below, for the sum as follows: ($ ), which sum is hereinafter called Base Bid. Dollars The undersigned agrees to commence work within 10 days of the date of Notice to Proceed issued by Gwinnett County Purchasing Office and to commit adequate forces on-site to substantially complete all Work, including punch list items and clean-up, as determined by the County within 300 calendar days. Gwinnett County will charge the Contractor One Thousand Dollars and no cents ($1,000.00), per day for liquidated damages for every day beyond 300 calendar days that the Work is not complete. UNIT PRICE SCHEDULE Should rock or other unforeseen conditions be encountered, and for other indicated construction items, the Base Bid shall include performing the work below. The stated unit prices include only those items listed in Section 01 2200, Unit Prices. The costs for the total quantity of items listed in the unit price schedule shall be included in the base bid construction costs and are in addition to the work described in the construction plans and specifications. In the case of a totaling error, the Bid Unit Price will prevail. Payment for Unit price items will be for actual quantities furnished and installed in place. No Item Unit Qty Unit Price Total 1 Demolition and Removal of Concrete and Asphalt Paving CY 10 2 Rock Excavation CY 100 3 Excavation and removal of debris and unsuitable soil CY 1250 4 Fill with suitable soil CY 1250 5 Fill with compacted crushed stone CY 1250 6 Concrete Paving SY 20 7 Silt Fence (Sd1-S with steel post and woven wire fence backing) LF 200 Company

GWINNETT COUNTY, GEORGIA Page 9R CLUB DRIVE PARK: PHASE II BL 094 17 8 River Rock Ton 2 9 Sod (Tiftuf Bermudagrass) SF 2500 10 Mulch CY 30 11 Woven Geotextile Fabric SF 12,000 12 Cast In Place Concrete CY 10 13 Helical Piles for Boardwalk (A) 22 x 39 Foundation Base bid to include pile depth of 22-0 LF piles = 858 LF ALTERNATE NO. 1: ACETYLATED WOOD BENCHES AND DECKING All work associated with upgrading pressure treated 2x4 lumber to acetylated wood for the floating benches and adjacent 2 x 4 decking. See Alternates specification section 01 2300. ADD $ Dollars ALTERNATE NO. 2: INSTALL ALTERNATE CONCRETE PILE WITH HELICAL FOUNDATION All work associated with furnishing and constructing concrete piles with helical foundations to support Timber Boardwalk B in lieu of concrete piers. See Alternates specification 01 2300. ADD/(DEDUCT) $ Dollars The undersigned proposes that should any of the above Add Alternates be accepted and incorporated into the Contract, the Base Bid will be altered as indicated. The undersigned represents that the unit prices listed above are complete as specified in Section 01 2200, Unit Prices, acknowledges that the quantities are not guaranteed, and agrees that payment will be for the actual in-place quantities installed per the plans or as directed by the County. Prices must be entered, for all the blanks in the schedule. If there is an error in the calculation for the total amount entered, the bid unit price multiplied by the Estimated Quantity will be the bid amount that is considered included in the Base Bid. Removal of rock or providing unit items in excess of the estimated amount will be paid at the unit price, upon verification by the County s geotechnical firm and/or site representative. The quantity of rock and/or unsatisfactory materials will be verified by the County s representative or geotechnical firm. Should the amount included in the Base Bid for any of these items not be encountered, a change order will be initiated to refund to the County the difference at the bid unit price. The undersigned acknowledges receipt of the following addenda, listed by number and date appearing on each: Addendum No. Date Addendum Date Certification Of Non-Collusion in Bid Preparation (Signature) (Date) Company

GWINNETT COUNTY, GEORGIA Page 10R CLUB DRIVE PARK: PHASE II BL 094 17 In compliance with the attached specifications, the undersigned offers and agrees, if this quote is accepted by the Board of Commissioners within ninety (90) days of the date of quote opening, to furnish any or all of the items upon which prices are quoted, at the price set opposite each item, delivered to the designated point(s) within the time specified in the quote schedule. By submission of this bid, I understand that Gwinnett County uses Electronic Payments for remittance of goods and services. Vendors should select their preferred method of electronic payment upon notice of award. For more information on electronic payments, please refer to the Electronic Payment information in the instructions to bidders. Legal Business Name (If your company is an LLC, you must identify all principals to include addresses and phone numbers in your submittal) Federal Tax ID Address Does your company currently have a location within Gwinnett County? Yes No Representative Signature Print Authorized Representative's Name Telephone Number Fax Number E-Mail Address Company

ADDENDUM 1: REVISED UNIT PRICE SCHEDULE 10.25.2017 GWINNETT COUNTY, GEORGIA Page 1R CONSTRUCTION OF CLUB DRIVE PARK: PHASE II BL094 17 SECTION 012200 - UNIT PRICES 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for unit prices. B. Related Requirements: 1. Section 012600 "Contract Modification Procedures" for procedures for submitting and handling Change Orders. 2. Section 014000 "Quality Requirements" for general testing and inspecting requirements. 1.3 DEFINITIONS A. Unit price is a price per unit of measurement for materials, equipment, or services, or a portion of the Work, added to or deducted from the Contract Sum by appropriate modification, if the scope of Work or estimated quantities of Work required by the Contract Documents are increased or decreased. B. Quantities: The schedule of unit prices contains quantities that are in addition to the materials and work required to complete the project per the drawings and specifications. The base bid shall include the cost of completing the project plus the cost for the quantities and items listed in the Schedule of Unit Prices. 1.4 PROCEDURES A. Unit prices include all necessary material, plus cost for delivery, installation, insurance, applicable taxes, overhead, and profit. B. Measurement and Payment: Measurement and payment to be as per Section 062200, Paragraph 3.1. C. Owner reserves the right to reject Contractor's measurement of work-in-place that involves use of established unit prices and to have this work measured by the owner s Representative. D. List of Unit Prices: A schedule of unit prices is included in Part 3. Specification Sections referenced in the schedule contain requirements for materials described under each unit price. UNIT PRICES 012200-1R

GWINNETT COUNTY, GEORGIA Page 2R CONSTRUCTION OF CLUB DRIVE PARK: PHASE II BL094 17 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 SCHEDULE OF UNIT PRICES A. Unit Price 1: Demolition and removal of concrete and asphalt paving from site. 1. Description: Saw cutting, demolition and removal concrete and asphalt paving from site including disposal off site and replacement with satisfactory fill material or engineered fill from off site, as required, according to Section 312000 "Earth Moving" and Section 017419 Construction Waste Management and Disposal. 2. Unit of Measurement: Cubic yard of concrete or asphalt excavated, based on survey of volume removed, as verified by Owner s testing agent. 3. Quantity (in addition to the amount shown on the drawings): 10 Cubic Yards B. Unit Price 2: Rock Excavation. 1. Removal of rock encountered and requiring excavation as defined in the Specifications. 2. Purpose: To adjust the contract sum when actual quantity is determined. 3. Unit of measurement: Cubic Yard 4. Include only the following in the unit price: Excavation to plan subgrade, hauling and disposal off site, cost of providing sufficient and suitable fill material or engineered fill from off site, as required, according to Section 312000 "Earth Moving," from subgrade to original level of rock removed, overhead and profit. 5. Include all other costs in the contract base bid. 6. Method of measurement: Measurement will be made and verified by the County for actual quantities as outlined in the Specifications. 7. Quantity to be included in the contract sum: 100 Cubic Yards. C. Unit Price 3: Excavation and Removal of debris and unsuitable soil. 1. Description: Debris and unsatisfactory soil excavation and disposal off site, as required, according to Section 312000 "Earth Moving." 2. Unit of Measurement: Cubic yard of soil excavated, based on survey of volume removed. Survey to be prepared by registered land surveyor in the state of GA, or Owner s testing agent. 3. Quantity (in addition to the amount shown on the drawings): 1250 Cubic Yards D. Unit Price 4: Fill with suitable soil. 1. Replacement of excavated debris and unsuitable soil with satisfactory fill material or engineered fill from off site, as required, according to Section 312000 "Earth Moving." 2. Unit of Measurement: Cubic yard of soil excavated, based on survey of volume removed. Survey to be prepared by registered land surveyor in the state of GA, or Owner s testing agent. 3. Quantity (in addition to the amount shown on the drawings): 1250 Cubic Yards UNIT PRICES 012200-2R

GWINNETT COUNTY, GEORGIA Page 3R CONSTRUCTION OF CLUB DRIVE PARK: PHASE II BL094 17 E. Unit Price 5: Fill with compacted crushed stone. 1. Description: Replacement of excavated debris and unsuitable soil with #57 stone or GAB, as required, according to Section 312000 "Earth Moving." 2. Unit of Measurement: Cubic yard of soil excavated, based on survey of volume removed. Survey to be prepared by registered land surveyor in the state of GA, or Owner s testing agent. 3. Quantity (in addition to the amount shown on the drawings): 1250 Cubic Yards F. Unit Price 6: Concrete paving. 1. Concrete paving is to be installed on site per Project Drawings. Materials used shall be with satisfactory according to Section 033000 Cast-In-Place Concrete, Section 321313 Concrete Paving, and Section 321373 Concrete Paving Joint Sealants. 2. Unit of Measurement: Square yard of concrete installed, based on survey of volume installed. 3. Quantity (in addition to the amount shown on the drawings): 20 Square Yards G. Unit Price 7: Silt Fence (Sd1-S). 1. Description: Furnishing and installing Class C Silt Fence on site. Materials used shall be in accordance with contract drawing. 2. Unit of Measurement: Linear Foot of Class C Silt Fence, based on survey of length installed. 3. Quantity (in addition to the amount shown on the drawings): 200 Linear Feet H. Unit Price 8: River Rock 1. Description: Furnishing and installing river rock as specified in the landscape details. 2. Unit of Measurement: Tons, based on survey of amount installed. 3. Quantity (in addition to the amount shown on the drawings): 2 tons I. Unit Price 9: Sod (Tiftuf Bermudagrass). 1. Description: Furnishing and installing Tiftuf Bermudagrass sod. 2. Unit of Measurement: Square foot based on survey of amount installed.. 3. Quantity (in addition to the amount shown on the drawings): 2500 Square feet. J. Unit Price 10: Mulch 1. Description: Furnishing and installing shredded hardwood mulch in accordance with the landscape specification. 2. Unit of Measurement: Cubic Yard, based on survey area installed. 3. Quantity (in addition to the amount shown on the drawings): 30 Cubic Yards K. Unit Price 11: Woven Geotextile Fabric. 1. Description: Furnishing and installing woven geotextile fabric when required by site conditions and directed by Owner s representative. Materials used shall be in accordance with Section 312000 Earth Moving. UNIT PRICES 012200-3R

GWINNETT COUNTY, GEORGIA Page 4R CONSTRUCTION OF CLUB DRIVE PARK: PHASE II BL094 17 2. Unit of Measurement: Square feet based on survey of amount installed. 3. Quantity (in addition to the amount shown on the drawings): 12,000 Square Feet L. Unit Price 12: Cast In Place Concrete. 1. Cast In Place Concrete is to be installed on site per Project Drawings. Materials used shall be with satisfactory according to Section 033000 Cast-In-Place Concrete, and Section 321373 Concrete Paving Joint Sealants. 2. Unit of Measurement: Cubic Yard of concrete installed, based on survey of volume installed or Owner s testing agent to verify. 3. Quantity (in addition to the amount shown on the drawings): 10 Cubic Yards M. Unit Price 13: Helical Foundation for Boardwalk (A) 1. Description: Payment is full compensation for all tools, safety devices, labor, equipment and other necessary items to install a helical pile foundation for the concrete footers supporting Boardwalk (A). Helical piles are to be designed in accordance with recommendations for Wooden Pedestrian Walkway in Appendix A of the Project Manual. 2. Unit of Measurement: Linear foot of helical pile installed. 3. Quantity (in addition to the amount shown on the drawings): 858 Linear Feet. END OF SECTION 012200 UNIT PRICES 012200-4R