bid addendum #1 december 21, 2018 - jekyll island · 5. for reference: memorandum of agreement...

42
Phase 2 Shoreline Rehabilitation Bid Addendum #1 Page 1 of 5 BID ADDENDUM #1 December 21, 2018 The Jekyll Island Authority (Owner, JIA) has provided the following information to all Bidders in response to requests/questions received through 20 December 2018. Bidder is referred to the Instructions to Bidders (ITB) regarding examination of Bid and Contract documents. Additional questions may be submitted but they may not be answered given the date indicated in the ITB (December 18, 2018) has passed. Any additional questions should be submitted to Heath Hansell, PE at [email protected]. Attachments: 1. Pre-Bid Meeting Agenda and Sign-in Sheet 2. Representative photos of Jones Oysterbed Island borrow area and Clam Creek Rd sand transfer area. 3. Updated Bid Form 4. Supplemental Bid Form Tables (for use with Bidder proposed alternative sand source – See answer to Specific Question #1, below) 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The bid due date has been extended to Friday, January 11, 2019 by 5:00 PM. General Items: 1. Pre-Bid Meeting: A non-mandatory pre-bid meeting was held on December 11, 2018. The pre-bid meeting agenda and sign-in sheet is attached. Please note several general clarifications which are provided in the Agenda. 2. For bidders who did not attend the pre-bid meeting, site visits without the attendance of a project engineer to Jekyll Island may be made at any time. Arrangements to meet with a representative of the Owner may be able to be arranged, pending availability. Contact ATM with any such requests. 3. There is a quantity error for the total estimate of sand fill indicated in ITB 2.1, 2 nd bullet: a. “119,550 cubic yards” is corrected to “109,550 cubic yards”. b. This correction should also be made to Project Technical Specification: 03530-1 BEACH AND DUNE FILL, Paragraphs 1.1.A and 5.1.A. 4. ITB 2.1 clarification: Bidders are encouraged to propose alternate borrow source(s), transport and transfer locations, and/or varying schedules if there is a cost or value benefit to JIA. Any alternate borrow area proposal must include (1) a physical sand sample, (2) laboratory grain size analysis and Munsell color description to document compliance with the minimum sand quality specifications listed in Project Technical Specification 03530-4 BEACH AND DUNE FILL, Paragraph 2.2.B, Table 1, (3) quantity of beach compatible sand available from the borrow source, and (4) proof of state sand mining or similar permit(s). Bidders are also referred to Technical Specification 03530-5, Paragraph 2.2.G, which outline these requirements.

Upload: others

Post on 02-Jun-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Phase 2 Shoreline Rehabilitation Bid Addendum #1

Page 1 of 5

BID ADDENDUM #1 December 21, 2018

The Jekyll Island Authority (Owner, JIA) has provided the following information to all Bidders in response to requests/questions received through 20 December 2018. Bidder is referred to the Instructions to Bidders (ITB) regarding examination of Bid and Contract documents. Additional questions may be submitted but they may not be answered given the date indicated in the ITB (December 18, 2018) has passed. Any additional questions should be submitted to Heath Hansell, PE at [email protected]. Attachments:

1. Pre-Bid Meeting Agenda and Sign-in Sheet 2. Representative photos of Jones Oysterbed Island borrow area and Clam Creek Rd sand transfer

area. 3. Updated Bid Form 4. Supplemental Bid Form Tables (for use with Bidder proposed alternative sand source – See answer

to Specific Question #1, below) 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island

borrow source) and JIA. Schedule: The bid due date has been extended to Friday, January 11, 2019 by 5:00 PM. General Items: 1. Pre-Bid Meeting: A non-mandatory pre-bid meeting was held on December 11, 2018. The pre-bid meeting agenda and sign-in sheet is attached. Please note several general clarifications which are provided in the Agenda. 2. For bidders who did not attend the pre-bid meeting, site visits without the attendance of a project engineer to Jekyll Island may be made at any time. Arrangements to meet with a representative of the Owner may be able to be arranged, pending availability. Contact ATM with any such requests. 3. There is a quantity error for the total estimate of sand fill indicated in ITB 2.1, 2nd bullet:

a. “119,550 cubic yards” is corrected to “109,550 cubic yards”. b. This correction should also be made to Project Technical Specification: 03530-1 BEACH AND

DUNE FILL, Paragraphs 1.1.A and 5.1.A. 4. ITB 2.1 clarification: Bidders are encouraged to propose alternate borrow source(s), transport and transfer locations, and/or varying schedules if there is a cost or value benefit to JIA. Any alternate borrow area proposal must include (1) a physical sand sample, (2) laboratory grain size analysis and Munsell color description to document compliance with the minimum sand quality specifications listed in Project Technical Specification 03530-4 BEACH AND DUNE FILL, Paragraph 2.2.B, Table 1, (3) quantity of beach compatible sand available from the borrow source, and (4) proof of state sand mining or similar permit(s). Bidders are also referred to Technical Specification 03530-5, Paragraph 2.2.G, which outline these requirements.

Page 2: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Phase 2 Shoreline Rehabilitation Bid Addendum #1

Page 2 of 5

It was noted at the pre-bid meeting that one potential, nearby upland borrow source which has previously provided GADNR approved sand is Ridge Enterprises, just west of Brunswick, GA. Contact: Keith Ross, (912) 230-5502.

Work Plan and Construction Schedules should be provided for any Bidder proposed alternate borrow source and/or sand transport and transfer locations (see ITB 2.2). 5. ITB 2.3 Construction hours clarification: Barge or truck transport and other operations occurring off Jekyll Island may occur at any time. Operations at the Clam Creek Road fishing-pier-area barge landing and fenced staging area in the adjacent parking lot would be acceptable outside of regular construction hours, but no road transport, placement, etc. 6. Clarification to Bid Form Page 4, D. Bid Alternate #3, Item No. 8: “assumed fill sand provided on-site” means Contractor will deliver and utilize sand from the borrow area for filling of the geotextile tube. This sand fill volume is already accounted for in the “Beach/Dune Fill” item. 7. Bid Form Page 5, 5.02, 3rd sentence should be corrected to read as follows: “Base stone quantities are estimated based on 25% voids and 165 pcf.” 8. A correction to Bid Form Page 6, Article 7.01.F: A State of Georgia General Contractors License is not required for this project. Under O.C.G.A § 43-41-17, specialty contractors who offer or contract to perform or undertake or perform for an owner limited, specialty, or specific trade contractor work do not have to hold a license as a residential or general contractor if they are performing work within their specialty. JIA has determined that the project work falls within the limited service specialty contractor exemption. The contractor will be required to comply with all applicable national, state, and local codes and ordinances. JIA does not issue or require any special licenses for work on Jekyll Island as JIA will enter into the construction contract with the successful bidder directly. 9. Correction to Project Technical Specification: 01060-6 ENVIRONMENTAL PROTECTION, Paragraph 3.6.B:

B. An archeological site (generally located along the existing scarp line) is known to exist in the northern portion of the project as shown on the Drawings. Other than during active fill activities in the area, this site shall be located, and a 25 foot construction buffer shall be flagged around the site utilizing high visibility construction fencing or similar materials.

10. Clarifications regarding relocation or removal of dead trees and vegetation: Dead or other vegetation which must be removed to facilitate construction on the beach shall be the minimum required and disposed of by the Contractor to the JIA-approved site on Jekyll Island for mulching. Woody material that can be mulched (i.e. no palms) can be disposed of on island at the JIA vegetation dump area. The general area can be located with the following coordinates: 31° 4'56.22"N, 81°24'52.67"W. Specific location within that area would be at Owners discretion. Removal of large dead trees north of the revetment return (i.e, Driftwood Beach area) shall be coordinated with JIA. Contractor shall push sand up to and around large trees, etc. to the extent that it does not hinder Contractor access and operations. Bases of large trees may be buried in the sand fill.

Page 3: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Phase 2 Shoreline Rehabilitation Bid Addendum #1

Page 3 of 5

11. Add the following to Project Technical Specification: 01060-7 ENVIRONMENTAL PROTECTION, Paragraph 3.7, specific to shorebird protection at the Jones Island borrow area:

D. NESTING MIGRATORY BIRDS

1. Nesting migratory birds may be present in the project borrow area. The least tern and some other species will find the top of the dikes and other open sandy areas desirable for nesting habitat. The Contractor shall advise their construction personnel that migratory birds are protected pursuant to the Migratory Bird Treaty Act (Federal Law, 16 USC 703-712). The Contractor may be held responsible for harming the birds, their eggs, or the nests as a result of the construction activity. The migratory Bird Treaty Act prohibits the taking (killing, destroying, damaging, etc.) of migratory birds, young, eggs, or nests during the nesting season.

2. The Contractor shall instruct personnel to be on the watch for nesting birds during the nesting

season (April 1 to August 31 or beyond). If such birds are discovered, report them to the Owner’s Representative immediately and use practicable measures to avoid take. Work that would result in taking is not allowed. If Work is planned during the nesting season and migratory birds, nests, eggs, or young could be taken by the proposed work, harassment to prevent nesting can be performed prior to April 1 or the Contractor may delay or modify the Work to avoid the take. Harassment of birds is otherwise prohibited.

3. Least tern nesting areas, including nests, eggs, or young, on the project site and other areas

where birds are nesting shall be off limits during the nesting season. If inspections performed or authorized by the USACE, GADOT, Engineer, or Owner’s Representative determine that nesting has been completed, nesting areas may be re-opened at an earlier date. If construction activity occurs during the nesting season and then ceases, nesting may occur before Work can commence or resume. Stoppage of activity could induce nesting and subsequently, the Contractor may have to alter construction or stop Work until the nesting season is over to avoid take. In general, a buffer shall be required between active bird nests and construction activities. The Contractor shall coordinate with the Owner’s Representative and USACE to determine the dimensions of the required buffer zone, if required. Areas outside active construction areas or during any stoppages which are suitable for nesting can be altered to make the site unsuitable prior to any nesting activity. One method is placing stakes at 10 to 15 ft intervals and stringing flagging between the stakes in a web fashion. This may dissuade bird nesting until construction occurs or can be resumed. Nesting birds will not be a reason to extend the duration of the Contract or be used for the basis of a request for an equitable adjustment; the Contractor shall employ the methods indicated in this Paragraph to make the sites unsuitable without harming wildlife. Deterrent methods shall be removed and disposed of properly upon completion of the Work.

12. Correction to Project Technical Specification: 03530-1 BEACH AND DUNE FILL, Paragraph 1.1.B, 3rd sentence: “However, each segment is being Bid as a separate line item Alternate and the Owner may elect to award one, two, or all three segments at the discretion of the Town Owner.

Page 4: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Phase 2 Shoreline Rehabilitation Bid Addendum #1

Page 4 of 5

13. Notes on Access Points to the beach:

• It is envisioned that Beach Access 4 (north most access) would need significant improvements to be utilized, and this access is least preferable from the JIA perspective.

• Beach Accesses 2 and 3 will be expected to be restored to the same condition as found at the start of the project.

• Beach Accesses 1 and 4 will be the responsibility of Contractor to restore after the project to pre-project conditions.

14. A question was raised about measurement for payment for the sand excavation, transport, placement, and grading to lines and grades shown on the Drawings. The measurement for payment as described in Technical Specification 03530, Paragraph 8.3.B is based on surveys of the sand in-place on Jekyll Island. Should the Bidder be able to propose an alternative appropriate measurement for payment, Bidder is free to propose an unsolicited alternate proposal with the Bid. In any case, adequate in-place surveys will be required for progress and as-built surveys. The attached Bid Form(s) should still be submitted per the measurement for payment as indicated in the Bid Documents. 15. Gate fees at the causeway entrance to Jekyll Island must be paid by the Contractor. Information on parking passes is available here: https://www.jekyllisland.com/visiting/park-entry-parking-passes/. 16. Overwalks on the beach placement areas - the intent of JIA is for the Contractor to remove the least amount of overwalks or portions thereof possible to enable construction. Bidder shall propose limits of structure removal in their Bid and coordinate with JIA prior to removal. Any removed overwalks or portions thereof will be replaced by others. 17. Representative photos of the Jones Island borrow area and Clam Creek Rd transfer station and staging area were shown at the pre-bid meeting. Copies of these photos are attached. Specific questions from prospective bidders: 1. We request clarification as to how the bid form will be evaluated for the lowest cost proposal. The

base bid includes borrow sand from the Jones Oyster Bed Island which is assumed to be more costly than the Bid Alternate #4 location. Will the lowest cost bid be garnered by substituting Bid Alternate #4 pricing for the applicable base bid items? Lastly, should the bid alternate #4 pricing be a negative cost impact (assuming an alternate location is more cost effective), or a positive cost impact to be swapped with the original bid items?

An updated Bid Form is attached. Supplemental Bid Form Tables are also attached and may be used to provide bid pricing for the project using a Bidder proposed alternative borrow source.

• Pricing on the attached updated Bid Form shall be based on the use of the Jones Oyster Bed Island sand source.

• Pricing on the attached Supplemental Bid Form Tables shall be based on the use of the Bidder’s proposed alternate sand source, if proposed.

Page 5: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Phase 2 Shoreline Rehabilitation Bid Addendum #1

Page 5 of 5

The lowest cost bid would be determined by the lowest combination of Bid Prices from the original Bid Form or the Supplemental Bid Form Tables. Ideally, and for completeness, the Bidder’s proposal would identify costs using the updated Bid Form (using the Jones Island borrow area) as well as the Supplemental Bid Form Tables (using a Bidder proposed alternate borrow area), if proposed. 2. Clam Creek Road on Jekyll Island; who will be responsible for the repair of this road?

If the Clam Creek parking lot and roadway are required for transfer/staging and hauling routes, then the JIA (Owner) will be responsible for post-project roadway repair to Clam Creek Road. The selected Bidder will be responsible for initial improvements and post-project repairs of the parking lot/staging area. For bidding purposes, any required post-project restoration of the Clam Creek parking lot staging area is under a separate bid line item (see updated Bid Form) and shall include re-surfacing impacted areas of the parking lot. 3. Geotextile Tube: Drawing R-13 shows a 4 inch circumference sand-filled anchor tube. Spec section

03540 paragraph 2.3.B calls for a 4 foot circumference sand-filled anchor tube. Please clarify which size is required; 4 foot or 4 inch.

The correct size is 4 foot circumference sand-filled anchor tube 4. Geotextile Tube: Drawing R-13 shows geotextile tube up near station 105+00.00, and drawing R-10

sections 100+00.00 and 104+00.00 also show geotextile tube. This leads us to believe the tube may be requested to be over 400 foot long. The bid item qty is only 150 foot though. Please clarify which length is required.

Geotextile tube bid item quantity of 150 feet is required. 5. Weber Site: Drawing R-10 sections 88+00.00 and 92+00.00 both show Weber Site Bags. Are these

existing or are they proposed? If proposed, please provide a specification as to the material and makeup of these bags.

Bags shown are existing and to be left in place. No new bags are proposed.

Page 6: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Pre-Bid Meeting Agenda and Sign-In Sheet

Page 7: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Revetment Rehabilitation - Phase 2Pre-bid Meeting Agenda

1:00 PM Tuesday December 11, 2018

1

1. Introductions Jekyll Island Authority (JIA) - Owner

ATM – JIA’s Engineering Consultant

Potential Bidders sign-in sheet

2. General Bidding Information Attendance at this pre-bid conference is not mandatory as a prerequisite for bidding. This meeting

is for informational purposes only. Bidders are recommended to inspect the site and BidDocuments closely, including the Owner’s designated access routes and staging areas. Any sitevisits to the Jones Island borrow area require advance approval and release forms to be filed withthe USACE and GADOT.

Communications Protocols – all questions to ATM via email

Bids due by 5:00 p.m. (ET) January 4, 2019.

Bids shall be submitted in both electronic and hardcopy format on the Bid Forms provided, eitherhand delivered or mailed to the Owner. Bids will be privately opened. Any bid received by theOwner later than the above time will be returned unopened.

Refer to Instructions to Bidders (ITB) Article 3.6 and the Bid Form Article 7 for supplemental bidsubmittal items.

A Bid Bond is not required; JIA requires Payment and Performance Bonds on this project (100%of contract value).

Owner bid review criteria, procedures, and award of contract covered under ITB Article 3.10.

3. Scope of Work

General Rehabilitation of the existing perched beach area on the landward side of an existing rock

revetment and a transitional shoreline area north of the main rock revetment consisting of sandybeach, scattered rocky areas, and large driftwood trees. Total length ~ 16,000 LF.

o Construction of a rock revetment return section;

o Placement of geotextile fabric and up to 109,550 cubic yards of beach fill on the landwardside of the revetment, including a small dune feature;

o Installation of a buried 15 ft circumference sand-filled geotextile tube for scarp protectionalong ~ 150 ft immediately north of the revetment return, and placement of up to 8,900cubic yards of a dune feature (along ~ 1,000 ft) including burial of the geotextile tube as atransitional area at the north limit of the project area;

o Planting of native beach vegetation; and

o Installation of sand fencing and post and rope fencing along portions of the project.

Borrow source - Jones-Oysterbed Island DMMA situated along the Savannah R. GADOTowned/USACE operated. Contractor must cooperate/coordinate with USACE contractor, ifoverlap occurs. USACE operations take precedence.

Alternate sand sources and transport operations may be proposed but must be accompanied bymaterial test data (with Bid) to indicate close conformance to GADNR beach compatible sandmaterial specifications for expedited regulatory approval.

Page 8: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Revetment Rehabilitation - Phase 2Pre-bid Meeting Agenda

1:00 PM Tuesday December 11, 2018

2

Access and staging areas are indicated in the Bid Documents

4. Misc Notes (refer to Bid Documents)

Work hours – 7 am to sunset; weekends allowed with Owner authorization.

All work shall occur landward of the existing revetment, with materials delivered from land, exceptfor south of Thorne Ln (Sta 20+00) to Sta -44+00; and Driftwood area (north from Sta 97+50).

All work on the beach seaward of the revetment or below a dry high tide beach must be done atlower tide stages and done outside sea turtle nesting season (November 1 – April 31).

Access to/through the site – refer to Sheet R-1 of the Bid Documents. The Owner has requestedthat truck traffic divert from the Jekyll Island causeway onto Riverview Dr. (not passing theroundabout and Convention Center area) to get to Beach View Dr. Shell Rd may be usedbetween Riverview and Beach View, not Capt. Wylly.

Temporary barge access on Jekyll Island is proposed at the Clam Creek picnic area. Revetmentarea south of the pier and the parking lot are the designated landing and staging areas. Specificstaging area and traffic control will need to be addressed by the Contractor, working with JIA.Truck access would be via Clam Creek Rd off Riverview/Beach View Dr.

Project Milestones –

o December 18, 2018 (Tuesday) Questions Due

o January 4, 2019 (Friday), 5:00 PM Bids Due

o January 17, 2019 (Thursday), Notice of Award (preliminary)

o January 30, 2019 (Wednesday), Notice to Proceed (preliminary)

Schedule – Bidders shall submit preliminary proposed schedule of the work with the Bid (referITB Article 2.2) which shall account for anticipated weather delays due to occurrence of seasonalrain, wind, and wave conditions associated with the region and site, as well as the tidal constraintfor on-beach construction work.

Surveys/Testing – Owner has requested that all testing and surveying be included in the Bidder’sprices.

Measurement for Payment – as outlined in Bid Form and Technical Specifications.

Environmental Protection and Permits – refer to GADNR Permit #465 in the Bid Documents.USACE Permit SAS-2017-00911 (pending). Specific requirements related to Manatees, SeaTurtles, Shore Birds, and Cultural Resources (“Weber Site”) are anticipated.

5. Questions from Attendees

Questions will be received from potential bidders. Responses are not binding, and any questionsfrom Bidders should be submitted in writing per the Bid Documents for official responses viafuture Addenda.

6. Site Visit

Attendees are invited to tour select locations within the project site with JIA and ATM.

Page 9: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The
Page 10: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Jones Oysterbed Island – Representative Photos

Page 11: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Phase 2 Borrow Source – Jones Oysterbed Island

Page 12: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Borrow Area – Site A

Page 13: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Borrow Area – Site A

Page 14: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Ramp/Access Area

Page 15: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Ramp/Access Area

Page 16: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Borrow Area - Site B

Page 17: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Clam Creek Transfer Site

Page 18: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Updated Bid Form

Page 19: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

EJCDC® C-410 – Bid Form Jekyll Island Authority Phase 2 Shoreline Rehabilitation Copyright © 2013 NSPE, ACEC, & ASCE Jekyll Island, GA All rights reserved. Page i

BID FORM

Jekyll Island - Phase 2 Shoreline Rehabilitation

Original: December 3, 2018

Updated: December 21, 2018

TABLE OF CONTENTS

Page

ARTICLE 1 – Bid Recipient ........................................................................................................................... 1

ARTICLE 2 – Bidder’s Acknowledgements ................................................................................................ 1

ARTICLE 3 – Bidder’s Representations ...................................................................................................... 1

ARTICLE 4 – Bidder’s Certification .............................................................................................................. 2

ARTICLE 5 – Basis of Bid ............................................................................................................................. 3

ARTICLE 6 – Time of Completion ................................................................................................................ 5

ARTICLE 7 – Attachments to this Bid .......................................................................................................... 5

ARTICLE 8 – Defined Terms ........................................................................................................................ 6

ARTICLE 9 – Bid Submittal ........................................................................................................................... 7

Page 20: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

EJCDC® C-410 – Bid Form Jekyll Island - Phase 2 Shoreline Rehabilitation Copyright © 2013 NSPE, ACEC, & ASCE Jekyll Island, GA All rights reserved Page 1 of 7

ARTICLE 1 – BID RECIPIENT

1.01 This Bid is submitted to:

Jekyll Island Authority 100 James Road Jekyll Island, GA 31527

1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents.

ARTICLE 2 – BIDDER’S ACKNOWLEDGEMENTS

2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner.

ARTICLE 3 – BIDDER’S REPRESENTATIONS

3.01 In submitting this Bid, Bidder represents that:

A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda:

Addendum No. Addendum, Date

B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work.

C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work.

D. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and any Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and (3) Bidder’s safety precautions and programs.

E. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents.

F. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents.

Page 21: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

EJCDC® C-410 – Bid Form Jekyll Island - Phase 2 Shoreline Rehabilitation Copyright © 2013 NSPE, ACEC, & ASCE Jekyll Island, GA All rights reserved Page 2 of 7

G. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and confirms that the written resolution thereof by Engineer is acceptable to Bidder.

H. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work.

I. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents.

ARTICLE 4 – BIDDER’S CERTIFICATION

4.01 Bidder certifies that:

A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation;

B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid;

C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and

D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.D:

1. “corrupt practice” means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process;

2. “fraudulent practice” means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition;

3. “collusive practice” means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and

4. “coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract.

Page 22: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

EJCDC® C-410 – Bid Form Jekyll Island - Phase 2 Shoreline Rehabilitation Copyright © 2013 NSPE, ACEC, & ASCE Jekyll Island, GA All rights reserved Page 3 of 7

ARTICLE 5 – BASIS OF BID

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

A. Base Bid

Area 1: Station +20+00 to Station +97+50 (Thorne Lane to Revetment Return Section)

Item Estimated Bid Unit

No. Quantity Price

1 Performance Bond Lump Sum 1

2 Mobilization Lump Sum 1

3 Surveying, Testing, & Environmental Compliance Lump Sum 1

4Limited clearing of vegetation/debris for sand

placementLump Sum 1

5 Geotextile Seperator (material, delivered and placed) Square Feet 114,990

6Terrace Berm Fill (+9.5' to +10') (material, delivered

and placed) Cubic Yards 95,700

7 Dune Fill (material, delivered and placed) Cubic Yards 5,600

8Sea Oats (Uniola Paniculata) (material, delivered and

planted) Plug 56,599

9Bitter Panicum (Panicum Amarum) (material,

delivered and planted) Plug 22,640

10Saltmeadow Cordgrass (Spartina Patens) (material,

delivered and planted) Plug 33,960

11 Sand Fencing (material, delivered and placed) Linear Feet 4,550

12 Dune-Rope Fencing (material, delivered and placed) Linear Feet 5,840

13 Vibration Monitoring Lump Sum 1

14Site Restoration of Clam Creek Staging Area

(including re-surfacing of impacted parking lot areas)Lump Sum 1

15Demobilization, Site Restoration (minus Item No. 14),

and Project CloseoutLump Sum 1

Description Unit Bid Price

Base Bid Total

B. Bid Alternate #1

Rock Revetment Return Section

Item Estimated Bid Unit

No. Quantity Price

1 Base Stone (material, delivered and placed) Tons 345

2 Armor Stone (material, delivered and placed) Tons 1,120

3Geotextile Seperator (material, delivered and

placed)Square Feet 5,525

Description Unit Bid Price

Bid Alternate #1 Total

Page 23: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

EJCDC® C-410 – Bid Form Jekyll Island - Phase 2 Shoreline Rehabilitation Copyright © 2013 NSPE, ACEC, & ASCE Jekyll Island, GA All rights reserved Page 4 of 7

C. Bid Alternate #2

Area 2: Station -44+00 to Station +20+00 (South end of project to Thorne Lane)

Item Estimated Bid Unit

No. Quantity Price

1Geotextile Fabric Seperator (material, delivered

and placed)Square Feet 11,520

2Terrace Berm Fill (+9.5' to +10') (material,

delivered and placed) Cubic Yards 7,750

3 Dune Fill (material, delivered and placed) Cubic Yards 500

4Sea Oats (Uniola Paniculata) (material, delivered

and planted) Plug 22,097

5Bitter Panicum (Panicum Amarum) (material,

delivered and planted) Plug 8,839

6Saltmeadow Cordgrass (Spartina Patens)

(material, delivered and planted) Plug 13,259

7 Sand Fencing (material, delivered and placed) Linear Feet 840

8 Surveying, Testing, & Environmental Compliance Lump Sum 1

9 Vibration Monitoring Lump Sum 1

Description Unit Bid Price

Bid Alternate #2 Total

D. Bid Alternate #3

Area 3: Station +97+50 to Station +107+00 (Revetment Return Section to north end of project)

Item Estimated Bid Unit

No. Quantity Price

1Limited clearing of vegetation/debris for sand

placementLump Sum 1

2 Beach/Dune Fill (material, delivered and placed) Cubic Yards 8,900

3Sea Oats (Uniola Paniculata) (material, delivered

and planted) Plug 8,363

4Bitter Panicum (Panicum Amarum) (material,

delivered and planted) Plug 3,345

5Saltmeadow Cordgrass (Spartina Patens)

(material, delivered and planted) Plug 5,018

6 Sand Fencing (material, delivered and placed) Linear Feet 0

7Dune-Rope Fencing (material, delivered and

placed) Linear Feet 0

8Geotextile Tube (complete) - assumed fill sand

provided on-siteLinear Feet 150

9 Surveying, Testing, & Environmental Compliance Lump Sum 1

10 Vibration Monitoring Lump Sum 1

Description Unit Bid Price

Bid Alternate #3 Total

Page 24: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

EJCDC® C-410 – Bid Form Jekyll Island - Phase 2 Shoreline Rehabilitation Copyright © 2013 NSPE, ACEC, & ASCE Jekyll Island, GA All rights reserved Page 5 of 7

Bidder acknowledges that (1) each Bid Unit Price includes an amount considered by Bidder to be adequate to cover Contractor’s overhead and profit for each separately identified item, and (2) estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all unit price Bid items will be based on actual quantities, determined as provided in the Contract Documents. See Paragraph 5.02 for additional quantity information. Contractor shall confirm all required quantities.

Total Base Bid Price $

Total Bid (Includes Base and All Alternates) $

5.02 Geotextile separator quantities are estimated based on roll width of 12’ and length of berm fill sections and include a 20% contingency for loose placement and overlaps. Armor stone quantities are estimated based on 40% voids and 165 pcf. Base stone quantities are estimated based on 25% voids and 165 pcf. Beach and dune fill quantities indicate in-place volumes.

5.03 Pending questions and information from potential Bidders, Owner reserves the right to provide Bid Addendum.

ARTICLE 6 – TIME OF COMPLETION

6.01 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with the Agreement on or before the dates or within the number of calendar days indicated in the Agreement.

6.02 Bidder accepts the provisions of the Agreement as to liquidated damages.

ARTICLE 7 – ATTACHMENTS TO THIS BID

7.01 The following documents are submitted with and made a condition of this Bid:

A. Required Bid security;

B. List of Proposed Subcontractors;

C. List of Proposed Suppliers;

D. List of Project References;

E. Evidence of authority to do business in the state of the Project; or a written covenant to obtain such license within the time for acceptance of Bids;

F. Contractor’s License Number

G. Required Bidder Qualification Statement with supporting data;

H. List of Equipment; and

I. Work Plan, including proposed methods and schedule.

J. Current copy of IRS Form W9

K. Current certificate of insurance

E. Unit Price Bid Items

Item Estimated

No. Quantity

1Contractor Standby Time if required by Owner or

USACE during Borrow Area Excavation/ConstructionDay Each

Description Unit Bid Unit

Page 25: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

EJCDC® C-410 – Bid Form Jekyll Island - Phase 2 Shoreline Rehabilitation Copyright © 2013 NSPE, ACEC, & ASCE Jekyll Island, GA All rights reserved Page 6 of 7

ARTICLE 8 – DEFINED TERMS

8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the Agreement, and any associated Conditions.

(REMAINDER OF PAGE INTENTIONALLY LEFT BLANK)

Page 26: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

EJCDC® C-410 – Bid Form Jekyll Island - Phase 2 Shoreline Rehabilitation Copyright © 2013 NSPE, ACEC, & ASCE Jekyll Island, GA All rights reserved Page 7 of 7

ARTICLE 9 – BID SUBMITTAL

BIDDER: [Indicate correct name of bidding entity]

By: [Signature]

[Printed name]

(If Bidder is a corporation, a limited liability company, a partnership, or a joint venture, attach evidence of authority to sign.)

Attest: [Signature]

[Printed name]

Title:

Submittal Date:

Address for giving notices:

Telephone Number:

Fax Number:

Contact Name and e-mail address:

Bidder’s License No.:

(where applicable)

Page 27: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Supplementary Bid Form Tables

Page 28: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Supplemental Bid Form Tables Jekyll Island - Phase 2 Shoreline Rehabilitation

Jekyll Island, GA

Page 1 of 3

SUPPLEMENTAL BID FORM TABLES

(For use with Bidder proposed alternate sand source)

A. Base Bid

Area 1: Station +20+00 to Station +97+50 (Thorne Lane to Revetment Return Section)

Item Estimated Bid Unit

No. Quantity Price

1 Performance Bond Lump Sum 1

2 Mobilization Lump Sum 1

3 Surveying, Testing, & Environmental Compliance Lump Sum 1

4Limited clearing of vegetation/debris for sand

placementLump Sum 1

5 Geotextile Seperator (material, delivered and placed) Square Feet 114,990

6Terrace Berm Fill (+9.5' to +10') (material, delivered

and placed) Cubic Yards 95,700

7 Dune Fill (material, delivered and placed) Cubic Yards 5,600

8Sea Oats (Uniola Paniculata) (material, delivered and

planted) Plug 56,599

9Bitter Panicum (Panicum Amarum) (material, delivered

and planted) Plug 22,640

10Saltmeadow Cordgrass (Spartina Patens) (material,

delivered and planted) Plug 33,960

11 Sand Fencing (material, delivered and placed) Linear Feet 4,550

12 Dune-Rope Fencing (material, delivered and placed) Linear Feet 5,840

13 Vibration Monitoring Lump Sum 1

14Site Restoration of Clam Creek Staging Area (including

re-surfacing of impacted parking lot areas)Lump Sum 1

15 Demobilization, Site Restoration, and Project Closeout Lump Sum 1

Description Unit Bid Price

Base Bid Total

B. Bid Alternate #1

Rock Revetment Return Section

Item Estimated Bid Unit

No. Quantity Price

1 Base Stone (material, delivered and placed) Tons 345

2 Armor Stone (material, delivered and placed) Tons 1,120

3 Geotextile Seperator (material, delivered and placed) Square Feet 5,525

Bid Alternate #1 Total

Description Unit Bid Price

Page 29: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Supplemental Bid Form Tables Jekyll Island - Phase 2 Shoreline Rehabilitation

Jekyll Island, GA

Page 2 of 3

C. Bid Alternate #2

Area 2: Station -44+00 to Station +20+00 (South end of project to Thorne Lane)

Item Estimated Bid Unit

No. Quantity Price

1Geotextile Fabric Seperator (material, delivered and

placed)Square Feet 11,520

2Terrace Berm Fill (+9.5' to +10') (material, delivered

and placed) Cubic Yards 7,750

3 Dune Fill (material, delivered and placed) Cubic Yards 500

4Sea Oats (Uniola Paniculata) (material, delivered and

planted) Plug 22,097

5Bitter Panicum (Panicum Amarum) (material,

delivered and planted) Plug 8,839

6Saltmeadow Cordgrass (Spartina Patens) (material,

delivered and planted) Plug 13,259

7 Sand Fencing (material, delivered and placed) Linear Feet 840

8 Surveying, Testing, & Environmental Compliance Lump Sum 1

9 Vibration Monitoring Lump Sum 1

Description Unit Bid Price

Bid Alternate #2 Total

D. Bid Alternate #3

Area 3: Station +97+50 to Station +107+00 (Revetment Return Section to north end of project)

Item Estimated Bid Unit

No. Quantity Price

1Limited clearing of vegetation/debris for sand

placementLump Sum 1

2 Beach/Dune Fill (material, delivered and placed) Cubic Yards 8,900

3Sea Oats (Uniola Paniculata) (material, delivered and

planted) Plug 8,363

4Bitter Panicum (Panicum Amarum) (material,

delivered and planted) Plug 3,345

5Saltmeadow Cordgrass (Spartina Patens) (material,

delivered and planted) Plug 5,018

6 Sand Fencing (material, delivered and placed) Linear Feet 0

7 Dune-Rope Fencing (material, delivered and placed) Linear Feet 0

8Geotextile Tube (complete) - assumed fill sand

provided on-siteLinear Feet 150

9 Surveying, Testing, & Environmental Compliance Lump Sum 1

10 Vibration Monitoring Lump Sum 1

Bid Alternate #3 Total

Description Unit Bid Price

Page 30: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Supplemental Bid Form Tables Jekyll Island - Phase 2 Shoreline Rehabilitation

Jekyll Island, GA

Page 3 of 3

Bidder acknowledges that (1) each Bid Unit Price includes an amount considered by Bidder to be adequate to cover Contractor’s overhead and profit for each separately identified item, and (2) estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all unit price Bid items will be based on actual quantities, determined as provided in the Contract Documents. See Paragraph 5.02 for additional quantity information. Contractor shall confirm all required quantities.

Total Base Bid Price $

Total Bid (Includes Base and All Alternates) $

Page 31: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

GADOT – JIA Memorandum of Agreement for Jones

Oysterbed Island Borrow Source

Page 32: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

MEMORANDUM OF AGREEMENT

BETWEEN

GEORGIA DEPARTMENT OF TRANSPORTATION

AND

JEKYLL ISLAND – STATE PARK AUTHORITY

This Memorandum of Agreement (this “MOA”) is made as of _______________ ___, 20___ (the “Effective Date”) by and between the Georgia Department of Transportation, having a principal address of One Georgia Center, 600 West Peachtree N.W., Atlanta, Georgia 30308 (the “DEPARTMENT”), and Jekyll Island State Park Authority, having a principal address of 100 James Road, Jekyll Island, Georgia,31527 (the “AUTHORITY”) (the DEPARTMENT and the AUTHORITY are sometimes referred to herein individually as a “Party” and collectively as the “Parties”).

WHEREAS, the DEPARTMENT is the owner of certain river dredged materials (the “Dredged Materials”) located on real property in Jasper County, South Carolina, known as Jones Island, being more particularly described on Exhibit A attached hereto and incorporated herein by this reference (the “Real Property”); and

WHEREAS, the AUTHORITY wishes to obtain portions of the Dredged Materials from the DEPARTMENT and the DEPARTMENT wishes to transfer portions of the Dredged Materials to the AUTHORITY, pursuant to the terms of this MOA.

NOW, THEREFORE, pursuant to the authority granted by the Constitution of the State of Georgia and in consideration of the mutual promises and terms and conditions contained herein, the Parties mutually covenant and agree as follows:

1. Incorporation of Whereas Clauses. The above “Whereas” clauses are hereby incorporated by reference as though fully set forth herein.

2. Request for Materials. Prior to entering the Real Property and removing any Dredged Materials, the AUTHORITY shall submit a written request to the DEPARTMENT setting forth the estimated quantity in number of cubic yards of Dredged Materials to be removed and the proposed timing of the removal from the Real Property (a “Removal Request”). Each Removal Request shall be delivered to Georgia Department of Transportation, Attn.: Ralph “Trey” Daniell, Waterways Program Manager, Division of Intermodal, 17213 US Hwy 301 North Statesboro, Ga 30458. Upon receipt of a Removal Request, the DEPARTMENT will have thirty (30) days to review and either approve or reject such Removal Request; the Parties agree to make reasonable efforts to cooperate and assist each other in accommodating all reasonable requests by the AUTHORITY to expedite the review of a Removal Request. Upon approval of a Removal Request by the DEPARTMENT, the AUTHORITY will be allowed to remove the requested Dredged

DocuSign Envelope ID: FF132543-A16D-4451-A189-8701B2C974E2

November

18

30

Page 33: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Materials in accordance with, and in the quantity specified in, such approved Removal Request and the terms of this MOA.

3. Right of Entry. The DEPARTMENT hereby agrees to give the AUTHORITY, its agents, independent contractors, and their employees, access to, over, under, and across the Real Property for the purpose of removing the Dredged Materials located on the Real Property in accordance with and in the quantity specified in the approved Removal Request.

4. Removal of Materials. The AUTHORITY shall conduct the material removal operations in accordance with the following:

a. The gate to the Real Property shall remain closed and locked at all times, except for the immediate passage of manpower and equipment.

b. If, as the result of the testing or removal of Dredged Materials, the AUTHORITY interferes with the passable integrity of the access road and/or the top of dikes, the AUTHORITY will, at its own expense, restore the riding surface to its original condition at its own expense of such areas to their condition immediately prior to the commencement of the AUTHORITY’s testing or removal, as applicable.

c. No Dredged Materials shall be removed within 200 lineal horizontal feet of the existing interior toe of embankment.

d. Dredged Materials shall be removed in a manner so as to ensure positive drainage toward the weirs. No depressions to allow water to pond shall remain after the removal is complete. No holes or pits shall remain after the removal is complete.

e. All work shall be coordinated with and under the supervision of a representative of the U.S. Army Corps of Engineers; contact Burt Moore at 912-652-6086.

f. The U.S. Army Corps of Engineers may be placing Dredged Materials, removing Dredged Materials, or performing maintenance work on the Real Property. There may be other parties removing Dredged Materials from the Real Property. Coordination of work among other parties shall be the responsibility of the AUTHORITY. The U.S. Army Corps of Engineers has priority use of the Dredged Materials.

g. The AUTHORITY shall be responsible for obtaining (including funding all fees) and abiding by any and all permits related to the AUTHORITY’s performance hereunder that may be required from any state or local authority.

h. The AUTHORITY shall clean up and properly dispose of any and all fuels, lubricants, oils, litter, and other wastes that the AUTHORITY and/or its assigns deposit on the Real Property.

i. The AUTHORITY shall use commercially reasonable efforts to conduct its work on the Real Property in a manner that does not interfere, harm or disturb wildlife protected under state and federal law.

j. It will be the responsibility of the AUTHORITY to obtain any and all required state, federal, or local environmental permits or other required permits related to the area where it intends to place the Dredged Materials.

5. Limited Representations and Warranties. The Dredged Materials are being transferred “as is”, “where is”, and without any representations or warranties having been made by the DEPARTMENT to the AUTHORITY, except that the DEPARTMENT is the lawful owner of the Dredged Materials, and the Dredged Materials are free from all liens, security

DocuSign Envelope ID: FF132543-A16D-4451-A189-8701B2C974E2

Page 34: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

interests and encumbrances. The AUTHORITY expressly assumes all known and unknown risk associated with ownership, possession or use of the portions of the Dredged Materials removed by it pursuant to this MOA from this date forward and releases the DEPARTMENT of all responsibility related to the quality of material including engineering and environmental acceptability.

6. Events Constituting Default. An event that constitutes default is the failure of the AUTHORITY to conduct the material removal operations in accordance with any of the requirements set forth in Paragraph 4. In such an event, the DEPARTMENT shall require the AUTHORITY to cure the default at its own expense within thirty (30) days after receipt of written notice of such default from the DEPARTMENT. Should the AUTHORITY fail to satisfactorily cure the default, the DEPARTMENT may undertake any actions it deems necessary to cure the default. The AUTHORITY shall reimburse the DEPARTMENT for reasonable expenses directly related to the cure of the default. In addition, should the AUTHORITY fail to satisfactorily cure the default, the DEPARTMENT may deny any or all subsequent Removal Requests or the DEPARTMENT may terminate this MOA upon written notice of such termination to the AUTHORITY.

7. Release. Except as set forth below, this MOA is intended by the Parties to release the DEPARTMENT from all losses or claims for injuries or damages to the AUTHORITY, whether known, unknown, foreseen, unforeseen, patent or latent that the AUTHORITY may have against the DEPARTMENT that are related to this MOA, to the extent permitted by law. The AUTHORITY understands and acknowledges the significance and consequences of such specific intent to release all claims and hereby assumes full responsibility for any injuries, damages or losses that may incur, except to the extent such injuries, damages or losses are caused by the DEPARTMENT’s negligence or other legal fault.

To the extent permitted by law, the AUTHORITY hereby agrees to indemnify and hold harmless the DEPARTMENT and all of its officers, members and employees from and against any and all claims, suits, demands, lawsuits, causes of action, liabilities, losses, damages, judgments, costs or expenses (including attorneys’ fees) of every kind and nature whatsoever due to liability to a third party or parties, for any loss due to bodily injury (including death), personal injury, and property damage (including inverse condemnation) (collectively “Losses”) caused by, arising out of, in connection with, or resulting from any act or omission of the AUTHORITY, its agents, employees, contractors or others working at the direction of the AUTHORITY or on the AUTHORITY’s behalf; or the breach of this MOA by the AUTHORITY. If and to the extent such Losses, as covered by this indemnification, are paid by the State Tort Claims Trust Fund, the State Authority Liability Trust Fund, the State Employee Broad Form Liability Fund, the State Insurance and Hazard Reserve Fund, or other self-insured funds (all such funds hereinafter collectively referred to as the “Funds”) established and maintained by the State of Georgia Department of Administrative Services Risk Management Division, the AUTHORITY agrees to reimburse the Funds for such monies paid out by the Funds.

DocuSign Envelope ID: FF132543-A16D-4451-A189-8701B2C974E2

Page 35: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

This MOA is freely and voluntarily executed by the AUTHORITY and in executing this MOA, the AUTHORITY does not rely on inducements, promises, or representations made by the DEPARTMENT or any of its representatives.

6. Authority. Each party represents and warrants to the other that it has the authority to enter this MOA. This MOA constitutes the entire agreement between the Parties, and no other representation, warranties or agreements, either oral or written will be binding upon either Party with respect to the subject matter addressed herein.

7. Termination. This MOA shall commence on the Effective Date and its initial Term shall be five (5) years; thereafter, the MOA shall be subject to renewal upon written request by the AUTHORITY and approval by the DEPARTMENT for one five (5) year Renewal Term. Either Party may give written notice of its intent to terminate the MOA at least sixty (60) days prior to the expiration of the Term or the Renewal Term, as applicable. Notwithstanding the foregoing, either Party shall have the right to terminate this Agreement for any or no reason upon ninety (90) days advance written notice to the other Party. Additionally, the DEPARTMENT may terminate this Agreement for cause or without cause, in whole or in part, at any time if the interest of the DEPARTMENT requires such termination. Termination of this Agreement shall not release any Party from any obligation under this Agreement arising prior to the effective date of said termination.

8. Governing Law. This MOA shall be governed by and construed in accordance with the laws of the State of Georgia and should any party institute suit concerning this MOA, venue shall be in the Superior Court of Fulton County, Georgia.

9. Assignment. This MOA shall not be assigned by any party to any other person or entity whatsoever without the prior written consent of the Parties.

10. Amendment; Waiver. No term or provision of this MOA may be changed, waived, discharged except by an instrument in writing signed by both Parties.

11. Counterparts. This MOA may be executed in one or more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the same instrument. Signed facsimile copies or PDF copies of this MOA will bind the parties to the same extent as original documents.

The DEPARTMENT and AUTHORITY have caused this MOA to be executed as of the Effective Date.

DocuSign Envelope ID: FF132543-A16D-4451-A189-8701B2C974E2

Page 36: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

EXHIBIT A

REAL PROPERTY DESCRIPTION

All that certain tract or parcel of land situate, lying and being in the Chatham County, Georgia, and being that Island commonly known as Jones Island, such land inclusive of the highlands and marshlands to the low water mark. See photo below.

DocuSign Envelope ID: FF132543-A16D-4451-A189-8701B2C974E2

Page 37: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

DEPARTMENT

Georgia Department of Transportation

AUTHORITY

Jekyll Island State Park Authority

By: By:Name: Russell McMurry Name: C. Jones HooksTitle: Commissioner

Seal

Attest: ________________________________Name: Angela WhitworthTitle: Treasurer

Title: Executive Director

Seal

Attest: ________________________________Name: Ben CarswellTitle: Director of Conservation

DocuSign Envelope ID: FF132543-A16D-4451-A189-8701B2C974E2

Page 38: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Certificate Of CompletionEnvelope Id: FF132543A16D4451A1898701B2C974E2 Status: Completed

Subject: 48400-140-IGOIP1900751/JEKYLL ISLAND STATE PARK AUTHORITY

Source Envelope:

Document Pages: 6 Signatures: 4 Envelope Originator:

Certificate Pages: 5 Initials: 0 GDOT DocuSign Admin

AutoNav: Enabled

EnvelopeId Stamping: Enabled

Time Zone: (UTC-05:00) Eastern Time (US & Canada)

600 W Peachtree St, NW

Atlanta, GA 30308

[email protected]

IP Address: 143.100.53.12

Record TrackingStatus: Original

11/6/2018 3:29:35 PM

Holder: GDOT DocuSign Admin

[email protected]

Location: DocuSign

Security Appliance Status: Connected Pool: StateLocal

Storage Appliance Status: Connected Pool: Georgia Department of Transportation Location: DocuSign

Signer Events Signature TimestampC. Jones Hooks

[email protected]

Security Level: Email, Account Authentication (None)

Signature Adoption: Uploaded Signature Image

Using IP Address: 50.240.113.237

Sent: 11/6/2018 4:28:27 PM

Viewed: 11/7/2018 12:21:41 PM

Signed: 11/7/2018 12:36:19 PM

Electronic Record and Signature Disclosure: Accepted: 11/7/2018 12:21:41 PM ID: 1363bcde-1665-440b-a7f5-d1983634a886

Benjamin Lane Carswell

[email protected]

Security Level: Email, Account Authentication (None)

Signature Adoption: Pre-selected Style

Using IP Address: 50.240.113.237

Sent: 11/7/2018 12:36:21 PM

Viewed: 11/8/2018 2:06:34 PM

Signed: 11/8/2018 2:11:37 PM

Electronic Record and Signature Disclosure: Accepted: 11/8/2018 2:06:34 PM ID: e7435a2d-0cf3-49b1-9963-86426f00e422

Russell R McMurry

[email protected]

Security Level: .Email 11/28/2018 4:13:11 PM Signature Adoption: Pre-selected Style

Using IP Address: 143.100.55.13

Sent: 11/8/2018 2:11:39 PM

Resent: 11/28/2018 1:59:28 PM

Viewed: 11/28/2018 4:13:26 PM

Signed: 11/30/2018 7:14:14 AM

Electronic Record and Signature Disclosure: Accepted: 2/26/2016 9:35:33 AM ID: cd5459ce-99ae-409c-b25c-b6922ca5a283

Connie J. Steele

[email protected]

Security Level: .Email ID: 9b5d5419-b8bb-46fd-a88e-05021a72793b 11/30/2018 7:38:19 AM

Signature Adoption: Uploaded Signature Image

Using IP Address: 143.100.55.13

Sent: 11/30/2018 7:14:17 AM

Resent: 11/30/2018 7:37:21 AM

Viewed: 11/30/2018 7:38:28 AM

Signed: 11/30/2018 7:39:00 AM

Electronic Record and Signature Disclosure:

Page 39: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Signer Events Signature Timestamp Accepted: 7/5/2016 9:04:14 AM ID: b94ad1d0-9941-4369-a43a-2580d721ac4a

In Person Signer Events Signature Timestamp

Editor Delivery Events Status Timestamp

Agent Delivery Events Status Timestamp

Intermediary Delivery Events Status Timestamp

Certified Delivery Events Status Timestamp

Carbon Copy Events Status Timestamp

Notary Events Signature Timestamp

Envelope Summary Events Status TimestampsEnvelope Sent Hashed/Encrypted 11/30/2018 7:37:21 AM

Certified Delivered Security Checked 11/30/2018 7:38:28 AM

Signing Complete Security Checked 11/30/2018 7:39:00 AM

Completed Security Checked 11/30/2018 7:39:00 AM

Payment Events Status Timestamps

Electronic Record and Signature Disclosure

Page 40: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, Georgia Department of Transportation (we, us or Company) may be requiredby law to provide to you certain written notices or disclosures. Described below are the termsand conditions for providing to you such notices and disclosures electronically through yourDocuSign, Inc. (DocuSign) Express user account. Please read the information below carefullyand thoroughly, and if you can access this information electronically to your satisfaction andagree to these terms and conditions, please confirm your agreement by clicking the 'I agree'button at the bottom of this document. Getting paper copies At any time, you may request from us a paper copy of any record provided or made availableelectronically to you by us. For such copies, as long as you are an authorized user of theDocuSign system you will have the ability to download and print any documents we send to youthrough your DocuSign user account for a limited period of time (usually 30 days) after suchdocuments are first sent to you. After such time, if you wish for us to send you paper copies ofany such documents from our office to you, you will be charged a $0.00 per-page fee. You mayrequest delivery of such paper copies from us by following the procedure described below. Withdrawing your consent

If you decide to receive notices and disclosures from us electronically, you may at any timechange your mind and tell us that thereafter you want to receive required notices and disclosuresonly in paper format. How you must inform us of your decision to receive future notices anddisclosure in paper format and withdraw your consent to receive notices and disclosureselectronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow thespeed at which we can complete certain steps in transactions with you and delivering services toyou because we will need first to send the required notices or disclosures to you in paper format,and then wait until we receive back from you your acknowledgment of your receipt of suchpaper notices or disclosures. To indicate to us that you are changing your mind, you mustwithdraw your consent using the DocuSign 'Withdraw Consent' form on the signing page of yourDocuSign account. This will indicate to us that you have withdrawn your consent to receiverequired notices and disclosures electronically from us and you will no longer be able to use yourDocuSign Express user account to receive required notices and consents electronically from usor to sign electronically documents from us. All notices and disclosures will be sent to you electronically Unless you tell us otherwise in accordance with the procedures described herein, we will provideelectronically to you through your DocuSign user account all required notices, disclosures,authorizations, acknowledgements, and other documents that are required to be provided ormade available to you during the course of our relationship with you. To reduce the chance ofyou inadvertently not receiving any notice or disclosure, we prefer to provide all of the requirednotices and disclosures to you by the same method and to the same address that you have givenus. Thus, you can receive all the disclosures and notices electronically or in paper format throughthe paper mail delivery system. If you do not agree with this process, please let us know asdescribed below. Please also see the paragraph immediately above that describes theconsequences of your electing not to receive delivery of the notices and disclosureselectronically from us.

Electronic Record and Signature Disclosure created on: 2/24/2016 6:37:22 PMParties agreed to: C. Jones Hooks, Benjamin Lane Carswell, Russell R McMurry, Connie J. Steele

Page 41: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

How to contact Georgia Department of Transportation: You may contact us to let us know of your changes as to how we may contact you electronically,to request paper copies of certain information from us, and to withdraw your prior consent toreceive notices and disclosures electronically as follows: To contact us by email send messages to: [email protected] To advise Georgia Department of Transportation of your new e-mail address

To let us know of a change in your e-mail address where we should send notices and disclosureselectronically to you, you must send an email message to us at [email protected] and inthe body of such request you must state: your previous e-mail address, your new e-mail address. We do not require any other information from you to change your email address.. In addition, you must notify DocuSign, Inc to arrange for your new email address to be reflectedin your DocuSign account by following the process for changing e-mail in DocuSign. To request paper copies from Georgia Department of Transportation To request delivery from us of paper copies of the notices and disclosures previously providedby us to you electronically, you must send us an e-mail to [email protected] and in thebody of such request you must state your e-mail address, full name, US Postal address, andtelephone number. We will bill you for any fees at that time, if any. To withdraw your consent with Georgia Department of Transportation To inform us that you no longer want to receive future notices and disclosures in electronicformat you may:

i. decline to sign a document from within your DocuSign account, and on the subsequentpage, select the check-box indicating you wish to withdraw your consent, or you may;ii. send us an e-mail to [email protected] and in the body of such request youmust state your e-mail, full name, IS Postal Address, telephone number, and accountnumber. We do not need any other information from you to withdraw consent.. Theconsequences of your withdrawing consent for online documents will be that transactionsmay take a longer time to process..

Required hardware and software

Operating Systems: Windows2000? or WindowsXP?

Browsers (for SENDERS): Internet Explorer 6.0? or above

Browsers (for SIGNERS): Internet Explorer 6.0?, Mozilla FireFox 1.0,NetScape 7.2 (or above)

Email: Access to a valid email account

Screen Resolution: 800 x 600 minimum

Enabled Security Settings: •Allow per session cookies

•Users accessing the internet behind a Proxy

Server must enable HTTP 1.1 settings viaproxy connection

** These minimum requirements are subject to change. If these requirements change, we willprovide you with an email message at the email address we have on file for you at that timeproviding you with the revised hardware and software requirements, at which time you willhave the right to withdraw your consent.

Page 42: BID ADDENDUM #1 December 21, 2018 - Jekyll Island · 5. For reference: Memorandum of Agreement between GADOT (owner of Jones Oysterbed Island borrow source) and JIA. Schedule: The

Acknowledging your access and consent to receive materials electronically To confirm to us that you can access this information electronically, which will be similar toother electronic notices and disclosures that we will provide to you, please verify that youwere able to read this electronic disclosure and that you also were able to print on paper orelectronically save this page for your future reference and access or that you were able toe-mail this disclosure and consent to an address where you will be able to print on paper orsave it for your future reference and access. Further, if you consent to receiving notices anddisclosures exclusively in electronic format on the terms and conditions described above,please let us know by clicking the 'I agree' button below. By checking the 'I Agree' box, I confirm that:

• I can access and read this Electronic CONSENT TO ELECTRONIC RECEIPT OFELECTRONIC RECORD AND SIGNATURE DISCLOSURES document; and

• I can print on paper the disclosure or save or send the disclosure to a place where I canprint it, for future reference and access; and

• Until or unless I notify Georgia Department of Transportation as described above, Iconsent to receive from exclusively through electronic means all notices, disclosures,authorizations, acknowledgements, and other documents that are required to beprovided or made available to me by Georgia Department of Transportation during thecourse of my relationship with you.