Ice Plant Lift Station and Forcemain Replacement

by 02/20/2024

ADVERTISEMENT FOR BIDS 

TOWN OF MURPHY
ICE PLANT LIFT STATION AND
FORCEMAIN REPLACEMENT
SRP-W-ARP-0188 

Sealed bids for the project entitled Ice Plant Lift Station and Forcemain Replacement will be received by the Town of Murphy until 2:00 p.m. local time March 26, 2024, in the Murphy Town Hall located at 5 Wofford Street, Murphy, North Carolina 28906.  At said place and time, all Bids that have been duly received, will be publicly opened and read aloud.

The project generally consists of: Rehabilitation of existing sewer lift station, including new submersible pump installation, wetwell rehabilitation, electrical improvements, the installation of 1000 LF of 8” DIP forcemain, and all other necessary accessories and appurtenances. 

Bidders and other interested parties should note that prequalification of equipment manufacturers by the Engineer prior to the bid opening is required for this project.  Prequalification submittals for the following items will be accepted until 2:00 pm local time on March 12, 2024.

Submersible Pumps – Section 223120.

Equipment prequalification requirements, if any, are described in the Contract Documents.

Digital copies of Bid Documents are available for purchase at www.mcgillassociates.com for a fee of $75.00 per set.  These documents may be downloaded by selecting this project from the “Bids” link and by entering Quest Project Number 8982853.  For assistance and free membership registration, contact QuestCDN at (952) 233-1632 or [email protected] .

Each bid shall be accompanied with a cash deposit or certified check drawn on a bank or trust company insured by the FDIC or a Bid Bond prepared on the form of Bid Bond contained in the Bidding Documents or a Surety Company’s standard form and properly executed by a corporate surety licensed under the laws of North Carolina to execute such bonds.  The amount of the bid bond shall be equal to five (5) percent of the total of the bid.  The bid deposit shall be retained by the Owner if the successful bidder fails to execute the contract or fails to provide the required bonds, as stated above, within ten (10) days after the proper notice of award of the contract.

The successful bidder shall be required to furnish separate, 100 percent Performance and Payment Bonds in compliance with North Carolina General Statutes Chapter 44A Section 143-129, and with Article 3 of Chapter 44A of the North Carolina General Statutes.  The Performance Bond shall be in full force and effect for one (1) year after the date of final acceptance of the project by the Owner.

Bidders must comply with the requirements of the State of North Carolina and be appropriately licensed as a Contractor as provided in General Statutes Chapter 87.

Neither the Owner nor the Engineer will be responsible for full or partial sets of Bidding Documents, including any Addenda, obtained from any source other than the Owner’s representative, McGill Associates, P.A. Each Bidder shall be responsible for the review of all addenda for the project and shall acknowledge the addenda on the bid form.

The Owner reserves the right to reject any and all Bids, to waive informalities, or to reject non-conforming, non-responsive, or conditional bids.  The Owner reserves the right to award a contract to the lowest, responsive, responsible bidder or bidders, taking into consideration quality, performance, and time.

Contractors submitting a Bid on this project must solicit bids from minority subcontractors and provide documentation of any outreach efforts as required by the NC Division of Water Infrastructure MBE/WBE (DBE) Compliance Supplement.

Chad Simons,
Town Manager

Print Friendly, PDF & Email