NRWD - Akra Wellfield and WTP Improvements

expired opportunity(Expired)
From: McKenzie(County)
8919804

Basic Details

started - 14 Feb, 2024 (2 months ago)

Start Date

14 Feb, 2024 (2 months ago)
due - 03 Apr, 2024 (24 days ago)

Due Date

03 Apr, 2024 (24 days ago)
Bid Notification

Type

Bid Notification
8919804

Identifier

8919804
McKenzie County

Customer / Agency

McKenzie County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Closing Date:Wed, 04/03/2024 02:00 PM CDTProject Bid Received By & Opening Information:Separate sealed Bids for construction of the Northeast Regional Water District - Akra Wellfield and WTP Improvements will be received at the Grand Forks office of AE2S, 4050 Garden View Drive, Grand Forks, ND 58201 until the 3rd day of April 2024 at 2:00 PM local time, where and at which time they will be publicly opened and read aloud. Bids can be mailed to: ATTN Jordan Grasser AE2S 4050 Garden View Drive, STE 200 Grand Forks, ND 58201Pre-Bid Meeting Info:A non-mandatory pre-bid conference will be held at the project site location at 10:00 AM on March 19th, 2024. Description: Description:The Work is comprised of five(5) Contracts: Contract No. 1 – General and Mechanical Construction; Contract No. 2 - Mechanical Construction Contract; No. 3 - Electrical Construction; Contract No. 4 - Combined General, Mechanical, and Electrical Construction; and Contract No. 5 - Wellfield Communication Construction.
Individual Bids will be received for each Contract as well as Contract No. 4 - Combined General, Mechanical, and Electrical Construction which is a combined Bid for Contracts 1, 2, and 3. The Owner will not accept a Contract No. 4 Bid unless that Bid is lower than the combined total of the lowest best Bids for Contracts1, 2, and 3. The scope of Work generally consists of furnishing and installing the following: Contract No. 1: General Construction:Work generally includes construction at two facilities: the first consists of improvements to the existing WTP with procurement and installation of all new internal media, airwash piping, and nozzles for 10 existing vertical pressure filters, rotary vane control butterfly valves on filter face piping, a new backwash vertical turbine pump and piping, a new submersible truck fill pump and piping, new hatches to existing clear wells, chemical feed system improvements, and additional interior process piping, valves, and flow meters; the second consists of new construction of a raw water ground storage reservoir with adjacent pump station to include poured in-place concrete reservoir and concrete masonry one-story building with basement, site regrading, gravel site access, procurement and installation of six can mounted vertical turbine pumps and three reservoir mounted vertical turbine pumps, interior process piping including valves, fittings, meters, and pressure transmitters, exterior site equipment including piping, fittings, and valves. Contract No. 2: Mechanical Construction:Work generally consists of mechanical construction related to heating, ventilation, and air conditioning (HVAC) components, dehumidification, general domestic water piping and sanitary drainage, sump pump system, air compressor and air dryer, and other mechanical equipment and associated construction for the building mechanical systems. Contract No. 3: Electrical Construction:Work at the plant generally includes partial replacement of existing electrical service, demolition of existing automatic transfer switch, replacement of 208V MCC, replacement of 480V MCC, refeed of existing feeders to respective MCCs, refeed of existing non-demolished motor loads and new motor loads to respective MCCs, minimal interior and exterior lighting and control modifications/additions, miscellaneous power to HVAC equipment, convenience receptacles, and special purpose equipment. Work also includes replacement of Supervisory Control Panel, two new Filter Control Panels, device, and system improvements throughout the existing WTP facility, instrumentation, controls, and network requirements. Electrical construction related to the pump station generally includes electrical service, combination main switch/automatic transfer switch including new feeder to ATS from existing standby diesel generator, main distribution panel and associated feeders, 480V MCCs with VFDs, line reactors, starters, power and control circuits to motor loads, lighting and appliance panels, step-down transformers, interior and exterior lighting and controls, miscellaneous power to HVAC equipment, convenience receptacles, and special purpose equipment. Work also includes Supervisory Control Panel, Network Panel, instrumentation, controls, and network requirements throughout the facility as well as external network requirements to existing WTP, to existing Admin Building, and extension of new wellfield fiber cables from vault into Network Panel. Electrical construction related to existing Wellfield generally includes replacement of 50 well power/control panels, and extension of new wellfield fiber cables from adjacent underground vault (SW of new Pump Station) into new Pump Station Network Panel consisting of new raceways and installation of excess fiber cables left coiled in underground vault. Fiber cables and associated raceways from underground vault to wellfield shall be provided under Contract No. 5. Contract No. 4: Combined General, Mechanical, and Electrical Construction:Work generally consists of all construction required to fully complete the Project as generally described for Contracts No. 1, No. 2, and No. 3. Contract No. 5: Wellfield Communication Construction:Work generally includes electrical construction and installation of new underground innerduct and new fiber optic cabling between the WTP and existing 51 wells, fiber optical FTTx panels at each of the existing 51 wells, new cross connect cabinets, and new handholes withing the NRWD Wellfield. Bidder will not provide termination and testing services on new fiber optic system. All Bids shall be prepared according to Section 00 21 13 Instructions to Bidders contained within the Project Manual. Each Bid shall be accompanied by a separate envelope containing a Bid Security in the form of a Bidder’s Bond executed by the Bidder as principal and by a surety company authorized to do business in the State of North Dakota, payable to the Northeast Regional Water District, in a sum equal to five percent (5%) of the full amount of the Bid. A certified check in lieu of a surety company in the amount of 5% of the total project cost will not be accepted. This is to serve as a guarantee that the successful Bidder will enter into a Contract within fifteen (15) days of Notice of Award, in accordance with the terms of the principal’s Bid and Contractor’s Bond as required by law and regulations and determinations of Northeast Regional Water District for the performances of such Work. Only Bids that are accompanied by such a Bond will be considered. Each Bidder must possess a valid North Dakota contractor’s license for the full amount of their bid, as required by N.D.C.C. § 43-07-07. Each bid must be accompanied by a copy of the Bidder’s Contractor’s License or Certificate of Renewal, issued by the North Dakota Secretary of State, and each license must be valid and dated at least 10 days prior to the date set for bid opening, as required under N.D.C.C. § 43-07-12. All Bids must be submitted on the Bid Form furnished by the Engineer. The District will not read or consider any bid that does not include a proper Bidder’s bond and contractor’s license or renewal, as described above, and does not otherwise fully comply with the requirements of N.D.C.C. § 48-01.2-05. Contracts shall be awarded on the basis of the low Combined Bid or combination of low submitted individual contract bids if lower than the lowest Combined Bid by a responsible and responsive Bidder deemed most favorable to the Owner’s interest. Bidders on this work will be required to comply with American Iron and Steel requirements of the Consolidated Appropriations Act, 2014. The requirements for bidders and contractors under this regulation are explained in the specifications. Bidders are also required to comply with Davis-Bacon prevailing wage requirements. Bidders on this Work will be required to comply with Title 40 CFR Part 33 - Participate by Disadvantaged Business Enterprises in the United States Environmental Protection Agency Programs. The requirements for Bidders and Contractors under this regulation concern utilization of Minority Business Enterprises (MBE), Women's Business Enterprises (WBE), and Small Business Enterprises (SBE) and are explained in the specifications. The goal for MBE is 2% of the total dollar value of the project. The goal for WBE is 3% of the total dollar value of the project. MBE/WBE Subcontractor Solicitation Information shall be enclosed in the required Bid Bond envelope. Failure to include the form on the Bid Bond envelope will result in the Bid not being opened. Bidders on this Work will be required to comply with the Presidential Executive Order No. 11246, as amended. The requirements for Bidders and Contractors under this order are explained in the Specifications. Bidders are required to comply with Build America, Buy America Act (BABAA) requirements if selected as an Alternate. Bidders are required to comply with BIL (Bipartisan Infrastructure Law) requirements including BIL signage requirements. The work for each contract must be completed no later than the following: Contracts No. 1, No 2, No. 3, and No. 4Milestone Completion: November 7, 2025 Substantial Completion: April 3, 2026 Final Completion: May 1, 2026Contract No. 5Substantial Completion: October 4, 2024 Final Completion: November 1, 2024All Bids will be made on the basis of cash payment for such work. The Owner reserves the right to reject any or all Bids, to waive irregularities and informalities, and further reserves the right to award the Contract in the best interests of the Owner. The Owner reserves the right to hold the three (3) low Bids for a period of sixty (60) days after the date of the Bid opening to complete financial arrangements. Solicitor Details Solicitor Name:AE2S - Bismarck, NDDesign Discipline:Soliciting agentAddress:1815 Schafer St Ste 301, Bismarck, ND - 58501 Phone:701-221-0530Fax:701-221-0531Contact:Kami EminethEmail: Kami.Emineth@ae2s.com

201 5th Street NW Watford City, ND 58854Location

Address: 201 5th Street NW Watford City, ND 58854

Country : United StatesState : North Dakota

You may also like

Passenger Terminal Improvements - Construction Manager at Risk (CMAR)

Due: 24 May, 2024 (in 26 days)Agency: Pinellas County

Ortiz Center Interior Improvements

Due: 01 May, 2024 (in 3 days)Agency: Port of Corpus Christi

Classification

Dot