Similar Projects
Replacement of Dehumidification Units at the Chatham County Aquatic Center
Renovation
Bidding
$612,000 CJ est. value
Savannah, GA 31406

Fairburn Road Improvement Project Phase II
Infrastructure
Bidding
$394,000 CJ est. value
Douglasville, GA 30135

Julian Smith Barbeque Pit Renovations - Rebid
Renovation
Post-Bid
$2,354,000 CJ est. value
Augusta, GA 30904

Concrete Material Bay Storage
Alteration
Post-Bid
Villa Rica, GA

North Transfer Station Loading Dock and Endwall Frame Modification
Alteration
Results
Chamblee, GA 30341

Tactical Driving Course & Fire Training Ground - Clearing, Grading and Paving
Infrastructure
Results
$3,927,170 CJ est. value
Jonesboro, GA 30238

Construction of a Bridge and Approaches on SR 60
Demolition, New Construction, Infrastructure
Construction
$4,386,254 CJ est. value
Suches, GA 30572

Westshore Cumming Marketplace / Cumming
New Construction, Infrastructure - 7,850 SF
Construction
$2,100,000 CJ est. value
Cumming, GA 30041

Macon County Middle Gymnasium Modifications
Renovation - 201,324 SF
Bidding
$580,000 CJ est. value
Oglethorpe, GA 31068

Concrete Redi-Mix, Sand And Mortar
Alteration
Post-Bid
GA 30506

2022 Concrete Repair Project 2
Alteration
Results
Johns Creek, GA

Fannin County Recreation Complex at Blue Ridge City Park Pool & Splashpad
New Construction, Infrastructure - 2,458 SF
Bidding
$2,250,000 CJ est. value
Blue Ridge, GA 30513

Nancy Creek Facility Major Building Systems Replacement
Demolition, New Construction, Infrastructure
Post-Bid
$1,000,000 CJ est. value
Atlanta, GA 30319

On-Call Contract Shotcrete and Restorative Services for the Stormwater Department
Term Contract
Results
GA

RFP D/B - Bryan Park
Renovation
Bidding
$68,300 CJ est. value
Atlanta, GA 30344

Last Updated 07/18/2023 12:12 PM
Project Title

Mitchell Store Road Bridge Replacement Over Arnold Creek

Physical Address View project details and contacts
City, State (County) Tifton, GA 31794   (Tift County)
Category(s) Single Trades
Sub-Category(s) Concrete
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected July 2023
Bids Due View project details and contacts
Estimated Value $1,700,000 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

As of July 18, 2023, this project has not yet been awarded. A timeline for award has not yet been established. Sealed Bids for the construction of the Mitchell Store Road Bridge Replacement over Arnold Creek will be received, by the TiO County Board of Commissioners. No bid may be withdrawn aOer the closing me for receipt of bids for a period of sixty (60) days. Contractor License: Bidders submitng a bid of $2,000,000 or less must be either prequalified contractor or a registered subcontractor with the Georgia Department of Transportation. Bidders submitng bids in excess of $2,000,000 must be prequalified with the Georgia Department of Transportation. License numbers must be write on the face of the bid envelope. No bid will be opened unless it contains the Contractor's GDOT license number. See Instructions to Bidders for additional bidding requirements. Work to Be Done: The work to be done shall consist of furnishing all labor, materials and equipment necessary to construct the proposed Mitchell Store Road Bridge Replacement over Arnold Creek as shown on the construction drawings. In general, construction consists of removal of excising bridge and drainage structures; and installation of a new 32' wide, 120' foot long bridge structure utlizing pre-stressed concrete slabs, PSC pilings, approach slabs, base and paving construction, grading, striping, guard rails, erosion control, grassing and all other associated appurtenances required for a complete project, as outlined in the construction drawings and specifications. This work will be awarded in one (1) contract with a 150 consecutive calendar day construction schedule. Prospective Bidders may examine the Bidding Documents at the TiO County Board of Commissioners, located at Charles A. Kent Administration Building, Room 204, 225 North TiO Avenue, TiOon, GA 31794 or at Watkins & Associates, LLC on Mondays through Fridays between the hours of 8 A.M. and 5 P.M. Upon request and receipt of the document payment indicated above, Watkins & Associates, LLC will transmit the Bidding Documents via delivery service. The date that the Bidding Documents are transmitted will be considered the prospective Bidder's date of receipt of the Bidding Documents. sets of Bidding Documents will not be available from the Engineer. Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda if any, obtained from sources other than the Office of the Engineer. Bonds: All bid forms must be accompanied by a Bid Bond in an amount not less than ten percent (10%) of the amount bid. The successful bidder, if awarded the Contract, will be required to furnish a Performance Bond of one hundred percent (100%) of the Contract amount and Payment Bond in the amount of one hundred ten percent (110%) of the Contract amount. All bonds must appear on the Treasury Department's most current Circular 570 to withdrawal for a period of 60 calendar days aOer the Bid opening, except as provided in the Instructions to Bidders. A single Bid shall be submitted for all protons of the Work. The contract will be awarded pursuant to the requirements of applicable state and federal laws and regulations. To the extent premised by such laws and regulations, Owner reserves the right to reject any or all Bids, to waive any informality or irregularity in any Bid received, and to accept the Bid deemed by it to be the most advantageous to its interests. If the Contract is awarded, it will be awarded to the lowest reliable bidder whose proposal shall have met all the prescribed requirements. The lowest bidder will be determined based on the sum of the base bid selected by the Sponsor. Funding: Any Contract or Contracts awarded under this Advertisement for Bids will be funded by the Transportation Investment Act (TIA). Title VI Non discrimination Statement: The TiO County Board of Commissioners, in accordance with the Title VI of the Civil Rights Act of 1964 and 78 Stat. 252, 42 USC 2000d-42 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, part 2, Non discrimination in federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby no Fies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this inviting and will not be discriminated against on the grounds of race, color, sex, or national origin in considering for an award. Standard Specifications & DBE Goal: Georgia Department of Transportation Standard Specifications, 2021 Editon, and applicable Supplemental Specifications and Special Provisions apply to this project. The DBE goal for this project is 5%. The Owner, reserves the right to reject any or all bids, to waive informalizes, and to readvises.

Details

Division 03 - Concrete, Cast-in-Place Concrete.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents