Addition 1
Posted: 10/22/2019
Type of Addition: Addendum No. 1
Overview:
Bidders are advised that bidding documents on the above named project are amended as follows:
PRE-BID MEETING ITEMS
Peach County will make the borrow pit located on Peach County parcels 022 027 & 022 026 available to the
Contractor for staging, equipment storage, and as a source of fill material. The entrance to the borrow pit is
situated approximately 0.31 miles south of the project site on Taylors Mill Road. The County requires that the
Contractor keep the gate to the borrow area closed and locked when not in use.
The successful bidder shall coordinate with the Peach County Engineering Department at 478-825-2535 for traffic
control and road closures. If excessive vehicle speed is an issue at the work site, the contractor shall request that
the Peach County Engineering Department contact the Peach County Sherriff’s office.
Any personnel working on Peach County Right-Of-Ways shall take appropriate safety precautions and shall wear
ANSI Class 2 or Class 3 high visibility outer clothing at all times.
Per Sheet 4.0 of the plan, the Contractor shall coordinate with utility owners for temporary removal or relocation
of utility lines/poles during and after construction as necessary.
No working hour restrictions have been imposed for this project.
A geotechnical report is available for this site; the aggregate pier contractor will likely need this report to provide
their bid to the Contractor.
The due date for receiving sealed bids is unchanged. Sealed bids for furnishing all materials, labor, tools,
equipment and appurtenances necessary for the Taylors Mill Rd. Culvert Repair for Peach County must be
received by 2:00 P.M. local time, October 29, 2019 at the following address:
Daniel Flores Garcia
Peach County Board of Commissioners
ATTN: RFB # 19-006
213 Persons Street
Fort Valley, GA 31030
Bids by e-mail or fax are not acceptable. No late bids will be accepted.
As stated in the Pre-Bid Meeting, two bound copies of the bid and the required attachments shall be submitted,
and one copy shall be submitted on a removable (flash) drive in pdf format. No unbound bids will be accepted.
Bids will be determined to be responsive only if all of the requirements listed in the Instructions to Bidders (Section
00100) are met, including submittal of the Required Submittal Documentation and the Additional Information to
be Submitted. Responsive bids will be scored per paragraph 17.4 of Section 00100, Instructions to Bidders.
A bid tabulation will be provided to all bidders following a decision by the Board of Commissioners to award the
project. The Board will review the bids at their regularly scheduled meeting on November 12, 2019 unless a
special called meeting occurs in advance of the November 12, 2019 meeting.
Addendum 1 / Peach County Taylors Mill Rd. Culvert Repair / October 21, 2019 / Page 2 of 2
All questions must be directed to Triple Point Engineering, Inc. in writing by 5:00 PM October 22, 2019. Bidders
shall not contact Peach County employees regarding this project. Direct questions to Dan Wallace or Russell
Wheeler (dwallace@tpointeng.com, rwheeler@tpointeng.com or by US Mail to 5223 Riverside Drive, Suite 101,
Macon, GA 31210).
A copy of the pre-bid meeting attendance list, a list of plan holders, the Geotechnical Report and the Pre-Bid
Meeting Agenda are attached.
END OF ADDENDUM NO. 1
Deadline: 10/29/2019 2:00 PM
Solicitation #: RFB 19-006
Documents:
Addition 2
Posted: 10/22/2019
Type of Addition: Addendum No. 1
Overview:
Bidders are advised that bidding documents on the above named project are amended as follows:
PRE-BID MEETING ITEMS
Peach County will make the borrow pit located on Peach County parcels 022 027 & 022 026 available to the Contractor for staging, equipment storage, and as a source of fill material. The entrance to the borrow pit is situated approximately 0.31 miles south of the project site on Taylors Mill Road. The County requires that the Contractor keep the gate to the borrow area closed and locked when not in use.
The successful bidder shall coordinate with the Peach County Engineering Department at 478-825-2535 for traffic control and road closures. If excessive vehicle speed is an issue at the work site, the contractor shall request that the Peach County Engineering Department contact the Peach County Sherriff’s office.
Any personnel working on Peach County Right-Of-Ways shall take appropriate safety precautions and shall wear ANSI Class 2 or Class 3 high visibility outer clothing at all times.
Per Sheet 4.0 of the plan, the Contractor shall coordinate with utility owners for temporary removal or relocation of utility lines/poles during and after construction as necessary.
No working hour restrictions have been imposed for this project.
A geotechnical report is available for this site; the aggregate pier contractor will likely need this report to provide their bid to the Contractor.
The due date for receiving sealed bids is unchanged. Sealed bids for furnishing all materials, labor, tools, equipment and appurtenances necessary for the Taylors Mill Rd. Culvert Repair for Peach County must be received by 2:00 P.M. local time, October 29, 2019 at the following address:
Daniel Flores Garcia
Peach County Board of Commissioners
ATTN: RFB # 19-006
213 Persons Street
Fort Valley, GA 31030
Bids by e-mail or fax are not acceptable. No late bids will be accepted.
As stated in the Pre-Bid Meeting, two bound copies of the bid and the required attachments shall be submitted, and one copy shall be submitted on a removable (flash) drive in pdf format. No unbound bids will be accepted.
Bids will be determined to be responsive only if all of the requirements listed in the Instructions to Bidders (Section 00100) are met, including submittal of the Required Submittal Documentation and the Additional Information to be Submitted. Responsive bids will be scored per paragraph 17.4 of Section 00100, Instructions to Bidders.
A bid tabulation will be provided to all bidders following a decision by the Board of Commissioners to award the project. The Board will review the bids at their regularly scheduled meeting on November 12, 2019 unless a special called meeting occurs in advance of the November 12, 2019 meeting.
Addendum 1 / Peach County Taylors Mill Rd. Culvert Repair / October 21, 2019
All questions must be directed to Triple Point Engineering, Inc. in writing by 5:00 PM October 22, 2019. Bidders shall not contact Peach County employees regarding this project. Direct questions to Dan Wallace or Russell Wheeler (dwallace@tpointeng.com, rwheeler@tpointeng.com or by US Mail to 5223 Riverside Drive, Suite 101, Macon, GA 31210).
A copy of the pre-bid meeting attendance list, a list of plan holders, the Geotechnical Report and the Pre-Bid Meeting Agenda are attached.
END OF ADDENDUM NO. 1
Deadline: 10/29/2019 2:00 PM
Documents:
Addition 3
Posted: 10/24/2019
Type of Addition: Addendum No. 2
Overview:
Bidders are advised that bidding documents on the above-named project are amended as follows:
CONTRACTOR QUESTIONS AND ANSWERS
Will the contractor be required to install signage for an off-site detour in addition to the road closure? If so, what will be the desired detour route?
The Contractor will be required to install signage for an off-site detour in addition to the road closure signage. The current truck detour route includes travel on Wesley Chapel Road, Walton Road, and Chestnut Hill Road.
The requirements for traffic control are provided in the Contract Documents in multiple locations, including:
00100 4.7 The Contractor shall provide traffic control in accordance with MUTCD if any lane closures (partial or full) are required.
00300 Item 3 Traffic Control (bid item)
00800 17 MAINTENANCE DURING CONSTRUCTION: The CONTRACTOR shall maintain the WORK from the beginning of construction operations until final acceptance. This maintenance shall constitute continuous and effective WORK prosecuted day by day with adequate equipment and forces to the end that the site and structures thereon are kept in satisfactory condition at all times, including satisfactory signing or marking as appropriate and control of traffic where required by use of traffic control devices as required by the State in which this project is located.
Upon completion of the WORK, the CONTRACTOR shall remove all construction signs and barriers before final acceptance.
While undergoing improvements, the roads shall be kept open whenever possible to all traffic by the CONTRACTOR. The CONTRACTOR shall keep the portion of the site being used by public traffic, whenever possible, whether it be through or local traffic, in such condition that traffic will be adequately accommodated. The CONTRACTOR shall bear all costs of signs and markings as required and other maintenance WORK during construction and before the WORK is accepted and of constructing and maintaining such approaches, crossings, intersections, and other features as may be necessary without direct compensation.
Single lane closures will be allowed at the CONTRACTOR'S discretion. Flaggers, work zone signs, and work zones must be set-up and maintained in accordance with MUTCD standards. All flaggers must have a flagger training certification acceptable to GDOT.
For complete road closure, a detour plan shall be submitted to engineer three days prior to the planned closure. Detour sings and markings shall be installed in accordance with the approved detour plan prior to road closure.
The Owner shall be notified at least 24-hours prior to closure of the road so that emergency services can be given adequate notification. Temporary electronic signs informing the traveling public of the road closure shall be placed in both directions two days prior to road closure.
The Owner shall be notified immediately upon road being reopened.
00800 18 BARRICADES, DANGER, WARNING & DETOUR SIGNS: The CONTRACTOR shall provide, erect, and maintain all necessary barricades, suitable and sufficient lights, danger signals, signs and other traffic control devices, and shall take all necessary precautions for the protection of the WORK and safety of the public. Highways and streets closed to traffic shall be protected by effective barricades, and obstructions shall be lighted during hours of darkness. Suitable warning signs shall be provided to properly control and direct traffic.
The CONTRACTOR shall furnish, install, and maintain all necessary barricades, warning signs, and other protection devices in accordance with MUTCD standards. Temporary signs may be reused, provided they are in good condition and legible. All protective devices shall be kept in a good, legible condition while in use.
As soon as construction advances to the extent that temporary barricades, and signs are no longer needed to inform the traveling public, such signs shall be promptly removed.
The cost of furnishing, erecting, maintaining, and removing protective devices will not be paid for as a separate Bid item. Where the CONTRACTOR is required to perform any of these functions, the cost thereof shall be included in the overall Bid submitted. Ownership of the temporary warning devices shall remain with the CONTRACTOR.
All workers working in Peach County Right-of-Way must wear ANSI Class II or Class III High Visibility apparel during daylight hours and ANSI Class III High Visibility apparel during non-daylight hours.
01200 1.6 TRAFFIC CONTROL
A. Payment for traffic control and temporary measures for maintaining traffic shall be made at the lump sum price bid and shall include all labor, materials, and equipment necessary to adhere to the latest MUTCD standards published by the Federal Highway Administration during construction.
MUTCD – Manual on Uniform Traffic Control Devices for Streets and Highways, latest edition.
END OF ADDENDUM NO. 3
Solicitation #: RFB 19-006
Documents:
Posted: 10/22/2019
Type of Addition: Addendum No. 1
Overview:
Bidders are advised that bidding documents on the above named project are amended as follows:
PRE-BID MEETING ITEMS
Peach County will make the borrow pit located on Peach County parcels 022 027 & 022 026 available to the
Contractor for staging, equipment storage, and as a source of fill material. The entrance to the borrow pit is
situated approximately 0.31 miles south of the project site on Taylors Mill Road. The County requires that the
Contractor keep the gate to the borrow area closed and locked when not in use.
The successful bidder shall coordinate with the Peach County Engineering Department at 478-825-2535 for traffic
control and road closures. If excessive vehicle speed is an issue at the work site, the contractor shall request that
the Peach County Engineering Department contact the Peach County Sherriff’s office.
Any personnel working on Peach County Right-Of-Ways shall take appropriate safety precautions and shall wear
ANSI Class 2 or Class 3 high visibility outer clothing at all times.
Per Sheet 4.0 of the plan, the Contractor shall coordinate with utility owners for temporary removal or relocation
of utility lines/poles during and after construction as necessary.
No working hour restrictions have been imposed for this project.
A geotechnical report is available for this site; the aggregate pier contractor will likely need this report to provide
their bid to the Contractor.
The due date for receiving sealed bids is unchanged. Sealed bids for furnishing all materials, labor, tools,
equipment and appurtenances necessary for the Taylors Mill Rd. Culvert Repair for Peach County must be
received by 2:00 P.M. local time, October 29, 2019 at the following address:
Daniel Flores Garcia
Peach County Board of Commissioners
ATTN: RFB # 19-006
213 Persons Street
Fort Valley, GA 31030
Bids by e-mail or fax are not acceptable. No late bids will be accepted.
As stated in the Pre-Bid Meeting, two bound copies of the bid and the required attachments shall be submitted,
and one copy shall be submitted on a removable (flash) drive in pdf format. No unbound bids will be accepted.
Bids will be determined to be responsive only if all of the requirements listed in the Instructions to Bidders (Section
00100) are met, including submittal of the Required Submittal Documentation and the Additional Information to
be Submitted. Responsive bids will be scored per paragraph 17.4 of Section 00100, Instructions to Bidders.
A bid tabulation will be provided to all bidders following a decision by the Board of Commissioners to award the
project. The Board will review the bids at their regularly scheduled meeting on November 12, 2019 unless a
special called meeting occurs in advance of the November 12, 2019 meeting.
Addendum 1 / Peach County Taylors Mill Rd. Culvert Repair / October 21, 2019 / Page 2 of 2
All questions must be directed to Triple Point Engineering, Inc. in writing by 5:00 PM October 22, 2019. Bidders
shall not contact Peach County employees regarding this project. Direct questions to Dan Wallace or Russell
Wheeler (dwallace@tpointeng.com, rwheeler@tpointeng.com or by US Mail to 5223 Riverside Drive, Suite 101,
Macon, GA 31210).
A copy of the pre-bid meeting attendance list, a list of plan holders, the Geotechnical Report and the Pre-Bid
Meeting Agenda are attached.
END OF ADDENDUM NO. 1
Deadline: 10/29/2019 2:00 PM
Solicitation #: RFB 19-006
Documents:
Posted: 10/22/2019
Type of Addition: Addendum No. 1
Overview:
Bidders are advised that bidding documents on the above named project are amended as follows:
PRE-BID MEETING ITEMS
Peach County will make the borrow pit located on Peach County parcels 022 027 & 022 026 available to the Contractor for staging, equipment storage, and as a source of fill material. The entrance to the borrow pit is situated approximately 0.31 miles south of the project site on Taylors Mill Road. The County requires that the Contractor keep the gate to the borrow area closed and locked when not in use.
The successful bidder shall coordinate with the Peach County Engineering Department at 478-825-2535 for traffic control and road closures. If excessive vehicle speed is an issue at the work site, the contractor shall request that the Peach County Engineering Department contact the Peach County Sherriff’s office.
Any personnel working on Peach County Right-Of-Ways shall take appropriate safety precautions and shall wear ANSI Class 2 or Class 3 high visibility outer clothing at all times.
Per Sheet 4.0 of the plan, the Contractor shall coordinate with utility owners for temporary removal or relocation of utility lines/poles during and after construction as necessary.
No working hour restrictions have been imposed for this project.
A geotechnical report is available for this site; the aggregate pier contractor will likely need this report to provide their bid to the Contractor.
The due date for receiving sealed bids is unchanged. Sealed bids for furnishing all materials, labor, tools, equipment and appurtenances necessary for the Taylors Mill Rd. Culvert Repair for Peach County must be received by 2:00 P.M. local time, October 29, 2019 at the following address:
Daniel Flores Garcia
Peach County Board of Commissioners
ATTN: RFB # 19-006
213 Persons Street
Fort Valley, GA 31030
Bids by e-mail or fax are not acceptable. No late bids will be accepted.
As stated in the Pre-Bid Meeting, two bound copies of the bid and the required attachments shall be submitted, and one copy shall be submitted on a removable (flash) drive in pdf format. No unbound bids will be accepted.
Bids will be determined to be responsive only if all of the requirements listed in the Instructions to Bidders (Section 00100) are met, including submittal of the Required Submittal Documentation and the Additional Information to be Submitted. Responsive bids will be scored per paragraph 17.4 of Section 00100, Instructions to Bidders.
A bid tabulation will be provided to all bidders following a decision by the Board of Commissioners to award the project. The Board will review the bids at their regularly scheduled meeting on November 12, 2019 unless a special called meeting occurs in advance of the November 12, 2019 meeting.
Addendum 1 / Peach County Taylors Mill Rd. Culvert Repair / October 21, 2019
All questions must be directed to Triple Point Engineering, Inc. in writing by 5:00 PM October 22, 2019. Bidders shall not contact Peach County employees regarding this project. Direct questions to Dan Wallace or Russell Wheeler (dwallace@tpointeng.com, rwheeler@tpointeng.com or by US Mail to 5223 Riverside Drive, Suite 101, Macon, GA 31210).
A copy of the pre-bid meeting attendance list, a list of plan holders, the Geotechnical Report and the Pre-Bid Meeting Agenda are attached.
END OF ADDENDUM NO. 1
Deadline: 10/29/2019 2:00 PM
Documents:
Posted: 10/24/2019
Type of Addition: Addendum No. 2
Overview:
Bidders are advised that bidding documents on the above-named project are amended as follows:
CONTRACTOR QUESTIONS AND ANSWERS
Will the contractor be required to install signage for an off-site detour in addition to the road closure? If so, what will be the desired detour route?
The Contractor will be required to install signage for an off-site detour in addition to the road closure signage. The current truck detour route includes travel on Wesley Chapel Road, Walton Road, and Chestnut Hill Road.
The requirements for traffic control are provided in the Contract Documents in multiple locations, including:
00100 4.7 The Contractor shall provide traffic control in accordance with MUTCD if any lane closures (partial or full) are required.
00300 Item 3 Traffic Control (bid item)
00800 17 MAINTENANCE DURING CONSTRUCTION: The CONTRACTOR shall maintain the WORK from the beginning of construction operations until final acceptance. This maintenance shall constitute continuous and effective WORK prosecuted day by day with adequate equipment and forces to the end that the site and structures thereon are kept in satisfactory condition at all times, including satisfactory signing or marking as appropriate and control of traffic where required by use of traffic control devices as required by the State in which this project is located.
Upon completion of the WORK, the CONTRACTOR shall remove all construction signs and barriers before final acceptance.
While undergoing improvements, the roads shall be kept open whenever possible to all traffic by the CONTRACTOR. The CONTRACTOR shall keep the portion of the site being used by public traffic, whenever possible, whether it be through or local traffic, in such condition that traffic will be adequately accommodated. The CONTRACTOR shall bear all costs of signs and markings as required and other maintenance WORK during construction and before the WORK is accepted and of constructing and maintaining such approaches, crossings, intersections, and other features as may be necessary without direct compensation.
Single lane closures will be allowed at the CONTRACTOR'S discretion. Flaggers, work zone signs, and work zones must be set-up and maintained in accordance with MUTCD standards. All flaggers must have a flagger training certification acceptable to GDOT.
For complete road closure, a detour plan shall be submitted to engineer three days prior to the planned closure. Detour sings and markings shall be installed in accordance with the approved detour plan prior to road closure.
The Owner shall be notified at least 24-hours prior to closure of the road so that emergency services can be given adequate notification. Temporary electronic signs informing the traveling public of the road closure shall be placed in both directions two days prior to road closure.
The Owner shall be notified immediately upon road being reopened.
00800 18 BARRICADES, DANGER, WARNING & DETOUR SIGNS: The CONTRACTOR shall provide, erect, and maintain all necessary barricades, suitable and sufficient lights, danger signals, signs and other traffic control devices, and shall take all necessary precautions for the protection of the WORK and safety of the public. Highways and streets closed to traffic shall be protected by effective barricades, and obstructions shall be lighted during hours of darkness. Suitable warning signs shall be provided to properly control and direct traffic.
The CONTRACTOR shall furnish, install, and maintain all necessary barricades, warning signs, and other protection devices in accordance with MUTCD standards. Temporary signs may be reused, provided they are in good condition and legible. All protective devices shall be kept in a good, legible condition while in use.
As soon as construction advances to the extent that temporary barricades, and signs are no longer needed to inform the traveling public, such signs shall be promptly removed.
The cost of furnishing, erecting, maintaining, and removing protective devices will not be paid for as a separate Bid item. Where the CONTRACTOR is required to perform any of these functions, the cost thereof shall be included in the overall Bid submitted. Ownership of the temporary warning devices shall remain with the CONTRACTOR.
All workers working in Peach County Right-of-Way must wear ANSI Class II or Class III High Visibility apparel during daylight hours and ANSI Class III High Visibility apparel during non-daylight hours.
01200 1.6 TRAFFIC CONTROL
A. Payment for traffic control and temporary measures for maintaining traffic shall be made at the lump sum price bid and shall include all labor, materials, and equipment necessary to adhere to the latest MUTCD standards published by the Federal Highway Administration during construction.
MUTCD – Manual on Uniform Traffic Control Devices for Streets and Highways, latest edition.
END OF ADDENDUM NO. 3
Solicitation #: RFB 19-006
Documents: