Summary of Specifications:
CITY OF JACKSONVILLE, NORTH CAROLINA
Water Supply Transmission Mains Contract No. 2 – Schedules 1 & 2 Bid No. FY 13-09
ADVERTISEMENT FOR BIDS
Sealed Bids from qualified Bidders for the construction of the Water Supply Transmission Mains Contract No. 2 – Schedules 1 & 2 – Bid No. FY 13-09 will be received, by the City Clerk of the City of Jacksonville, at Meeting Room A & B, City Hall, 815 New Bridge Street, Jacksonville, NC 28540, until 4:00 p.m. Eastern Standard Time on January 29, 2014 at which time they will be publicly opened and read.
The project consist of approximately 11,075 LF of 12” PVC C-905 water line and 3,700 LF of 6” PVC C-900 PVC water line within road right-of-way or utility easements. The project includes two general areas with the first area (Schedule 1) being near Chastain Drive and Empire Boulevard and the second area (Schedule 2) being along Ramsey Road and northward to the City’s existing Miracle Meadows Well #2 (MM-2). As part of Schedule 2, the new water line will also be connected to the City’s Miracle Meadows Well #2 near the intersection of Ramsey Road and Catino Farms Lane.
Bids will be received on a single prime contract basis. Bids shall be on a lump sum and/or unit price basis.
Bidding Documents may be examined at the office of the Owner, Engineering Division of Public Services, City Hall, 815 New Bridge Street, Jacksonville, NC 28540. Copies may be obtained from the offices of the Owner, Engineering Division of Public Services, City Hall, 815 New Bridge Street, Jacksonville, NC 28540 for the non-refundable amount of $55.00 for each set. Payment for documents must be received by the Engineering Division and shall be made payable to the City of Jacksonville. Partial sets of Bidding Documents will not be available. Neither the Owner nor the Engineer will be responsible for full or partial sets of Bidding Documents, including any addenda, obtained from other sources. Persons requesting shipment of documents shall bear the additional, non-refundable cost of shipment.
Bid and Contract securities shall be provided in accordance with Articles 10 and 23 of the Instructions to Bidders.
The Project will be partially or wholly funded through the North Carolina Drinking Water State Revolving Fund. As such, all Bidders shall comply with all of the DBE requirements of this program.
The City of Jacksonville will conduct a Pre-Bid meeting at City Hall, Meeting Room A & B on January 16, 2013 at 10:00 a.m. immediately followed by a site visit.
Bidders shall provide proof of qualifications to perform the Work as described in Article 5 of the Instructions to Bidders.
The Jacksonville City Council reserves the right to waive any informalities, to reject any or all Bids, and to accept that Bid or Bids which appear to be in the Owner’s best interest.
Bidders must be properly licensed under Chapter 87 of the North Carolina General Statutes and under Municipal Code 11-9. A business privilege License is required to engage in business in the City of Jacksonville.
“The City of Jacksonville is an Equal Opportunity Employer and Service Provider and encourages participation by small-, minority-, and female-owned firms.” The Bidder’s attention is called to the Equal Employment Opportunity Clause as shown in the Contract Documents. The Bidder must insure that employees and applications for employment are not discriminated against because of race, religion, creed, sex, or national origin. Bidders must make positive efforts to use small or minority business enterprises.
By: Andrew Kassell Title: Project Manager Date: December 2013
Consulting Engineers:
Chris Windley, PE McKim & Creed 1730 Varsity Drive, Suite 500 Raleigh, NC 27606 Phone: (919) 233-5261