Mill Village LS Upgrades Re-Bid 03-24-2023

expired opportunity(Expired)
From: Salisbury(City)
002-20

Basic Details

started - 22 Mar, 2023 (13 months ago)

Start Date

22 Mar, 2023 (13 months ago)
due - 06 Apr, 2023 (12 months ago)

Due Date

06 Apr, 2023 (12 months ago)
Bid Notification

Type

Bid Notification
002-20

Identifier

002-20
City Of Salisbury

Customer / Agency

City Of Salisbury
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.

1 REQUEST FOR BID Mill Village Lift Station Upgrades NOTICE TO BIDDERS Bids, subject to the conditions made a part hereof, will be received at the City of Salisbury, Salisbury-Rowan Utilities, 1 Water Street, Salisbury, NC 28144 until 2:00PM, April 6, 2023, at which time they will be opened and publicly read. Bids are subject to rejection unless submitted on this form. EXECUTION In compliance with this Invitation for Bids, and subject to all the conditions herein, the undersigned offers and agrees to furnish and deliver any or all items upon which prices are bid, at the prices set opposite each item within the time specified herein. By executing this bid, I certify that this bid is submitted competitively and without collusion (G.S. 143-54). Failure to execute/sign bid prior to submittal shall render bid invalid. Late bids are not acceptable. Company Name Signature Address Above (typed or printed) City State Zip Date E-mail Telephone Fax By checking this box, I acknowledge that I have
read and accept the terms and conditions associated with this bid. Offer valid for 60 days from date of bid opening unless otherwise stated here: ____ days (See Instructions to Bidders, Item 2). Prompt Payment Discount: _______ % _____________ days (See Instructions to Bidders, Item 13). City Of Salisbury Purchasing Department 132 N. Main Street Salisbury, NC 28144 Phone: 704-638-5308 Mark Drye, Finance Manager mdrye@salisburync.gov BID NUMBER: 002-2023 DATE: March 24, 2023 BIDS DUE NO LATER THAN 2:00 PM, April 6, 2023 BUYER: Jim Amaral Water Resources Manager Salisbury-Rowan Utilities TELEPHONE: (704) 216-2736 Bid price shall be FOB Destination and include delivery to: Salisbury-Rowan Utilities Mill Village Lift Station 89 1st Avenue China Grove, NC 28023 INTERNET ADDRESS: http://www.salisburync.gov mailto:mdrye@salisburync.gov BID NUMBER 002-2023 BIDDER: ______________ 2 MAILING INSTRUCTIONS: Mail two copies of bid per envelope. Address envelope and insert bid number as shown below: It is the responsibility of the bidder to have the bid in this office by the specified time and date of opening. DELIVERED BY US POSTAL SERVICE DELIVERED BY ANY OTHER MEANS Salisbury-Rowan Utilities Mill Village LS Upgrades 002-2023 Attn: Jim Amaral 1 Water Street Salisbury, NC 28144 Salisbury-Rowan Utilities Mill Village LS Upgrades 002-2023 Attn: Jim Amaral 1 Water Street Salisbury, NC 28144 TABULATIONS: Verbal tabulations of open market bids and award information can be obtained by contacting the Purchasing Department. TRANSPORTATION CHARGES: FOB SALISBURY, NORTH CAROLINA WITH ALL TRANSPORTATION CHARGES PREPAID AND INCLUDED IN BID PRICE UNLESS STATED OTHERWISE IN BID. AWARD CRITERIA: As provided by Statute, award will be based on the lowest responsive, responsible bidder(s), considering quality, performance, and the time specified for performance. AWARD OF CONTRACT: It is the general intent to award this contract to a single overall bidder on all items. The right is reserved; however, to make awards on the basis of individual items or groups of items, if such shall be considered by the City to be most advantageous or to constitute its best interest. The City reserves the right to reject any and/or all proposals as deemed to be in the best interest of the City. SCOPE: It is the intent of this Invitation for Bids to identify a qualified contractor to complete upgrades to the Mill Village Lift Station for Salisbury-Rowan Utilities, as described in the Specifications. DEVIATIONS: Any deviations from specifications and requirements herein must be clearly pointed out by bidder. Otherwise it will be considered that equipment, goods and/or services offered are in strict compliance with these specifications and requirements; a successful bidder will be held responsible therefore. Deviations must be explained in detail. However, the City makes no implication that deviations will be acceptable. Bidder is advised that the response (or lack thereof) on this question does not take precedence over specific responses or non-responses provided elsewhere in this bid. SALES TAX: DO include sales tax in bid amount. BID SUBMISSION: Bids shall be submitted on the forms of proposal attached hereto. All requested information shall be provided. BID NUMBER 002-2023 BIDDER: ______________ 3 SECTION I: GENERAL INSTRUCTIONS TO BIDDERS GENERAL: All bids are subject to the provisions of the attached General Contract Terms and Conditions. All bid responses will be controlled by the Terms and Conditions included by the City of Salisbury. Bidder terms and conditions included as a part of published price lists, catalogs, and/or other documents submitted as a part of the bid response are waived and will have no effect either on the bid, or any contract which may be awarded as a result of this bid. The attachment of any other terms and conditions may be grounds for rejection. Bidder specifically agrees to the conditions set forth in this paragraph by signature of the "BID" contained herein. Pursuant to G.S. 143-48 and Executive Order No. 77, the City invites and encourages participation in this procurement by a business owned by minorities, women, and the handicapped. BID EVALUATION: The City of Salisbury reserves the right to reject any and all bids on the basis of the function, compatibility with user requirements, as well as cost. The City of Salisbury reserves the right to award this contract to a single overall bidder on all items, or to make award on the basis of individual items or groups of items, whichever shall be considered by the City of Salisbury to be most advantageous or to constitute its best interest. Bidders should show unit prices, but are requested to offer a lump sum price. The City of Salisbury will not be bound by oral discussions during evaluation process. Responsible purchasing agent should approve all contact regarding this award. CANCELLATION: The City of Salisbury may terminate/cancel this contract at any time by providing written notice to the bidder at least thirty (30) days before the effective date of termination/cancellation. SAFETY: See attached General Terms & Conditions #10. BID RESULTS: For bid results email Jim Amaral at jamar@salisburync.gov. **THE CITY OF SALISBURY WILL NOT BE BOUND BY ORAL DISCUSSION REGARDING THIS REQUEST FOR PROPOSAL.** QUESTIONS: Questions regarding the specifications on this bid should be referred to Jim Amaral at jamar@salisburync.gov by Thursday, March 30, 2023 at 2:00 PM. SPECIAL INTEREST GROUP DEFINITIONS: Women Owned (51% and controlled by Women) Handicapped Owned (51% owned & controlled by a Physically Handicapped Person) Minority Owned (At least 51% of which is owned and controlled by minority group member. (Black, Asian, Hispanic, American Indian) mailto:jamar@salisburync.gov mailto:jamar@salisburync.gov BID NUMBER 002-2023 BIDDER: ______________ 4 SECTION II: GENERAL TERMS AND CONDITIONS 1. ACCEPTANCE AND REJECTION: The City of Salisbury reserves the right to reject any and all bids, to waive any informality in bids, and unless otherwise specified by the bidder, to accept any item in the bid. If an error occurs in the unit price or extended price then unit price will prevail. 2. TIME FOR CONSIDERATION: Unless otherwise indicated on the first page of this document, the offer shall be valid for 60 days from the date of bid opening. 3. TAXES: Sales tax shall be included in any bid prices. a. FEDERAL: Generally, states and political subdivisions are exempt from such taxes as excise and transportation. Exemption is claimed under Registry No. 56-70-0047K as provided by Chapter 32 of the Internal Revenue Code. b. OTHER: Bid prices are not to include any import or personal property taxes. To the extent applicable, they are to be invoiced as a separate item(s). 4. PRICE ADJUSTMENTS: Any price changes, downward or upward, which might be permitted during the contract period, must be general, either by reason of market change or on the part of the bidder to other customers. a. NOTIFICATION: Must be given to the City of Salisbury Purchasing Department, in writing, concerning any proposed price adjustments. Such notification shall be accompanied by copy of manufacturers' official notice or other evidence that the change is general in nature. b. DECREASES: The City of Salisbury shall receive full proportionate benefit immediately at any time during the contract period. c. INCREASES: All prices offered herein shall be firm against any increase for 180 days from effective date of the proposed contract. After this period, a request for increase may be submitted with the City of Salisbury reserving the right to accept or reject the increase, or cancel the contract. Such action by the City of Salisbury shall occur not later than 15 days after receipt and review by the City of Salisbury of a properly documented request for price increase. Any increases accepted shall become effective on a date to be determined by the City of Salisbury which: 1) Shall not be later than 30 days after the expiration of the original 15 days reserved by the City of Salisbury to evaluate the request for increase; d. INVOICES: It is understood and agreed that orders will be shipped at the established contract prices in effect on dates orders are placed. Invoicing at variance with this provision will subject the contract to cancellation. Applicable North Carolina sales tax shall be invoiced as a separate item. 5. PAYMENT TERMS: Payment terms are net 30 days after receipt of correct invoice or acceptance of goods, whichever is later. The City of Salisbury is responsible for all payments under the contract. 6. AFFIRMATIVE ACTION: The successful bidder will take affirmative action in complying with all Federal and State requirements concerning fair employment and employment of the handicapped, and concerning the treatment of all employees, without discrimination by reason of race, color, religion, sex, national origin, or physical handicap. BID NUMBER 002-2023 BIDDER: ______________ 5 7. CONDITION AND PACKAGING: Unless otherwise indicated in the bid, it is understood and agreed that any item offered or shipped on this bid shall be new and in first class condition, that all containers shall be new and suitable for storage or shipment, and that prices include standard commercial packaging. 8. SAMPLES: Samples of items, when required, must be furnished as stipulated herein, free of expense, and if not destroyed will, upon request, be returned at the bidder's expense. Request for the return of samples must be made within 10 days following opening of bids. Otherwise the samples will become City of Salisbury property. Each individual sample must be labeled with bidder's name and item number. Samples, on which an award is made, will be retained for the contract period. These will be returned, if requested, ten days prior to expiration of the contract. 9. SPECIFICATIONS: Any deviation from specifications indicated herein must be clearly pointed out; otherwise, it will be considered that items offered are in strict compliance with these specifications, and successful bidder will be held responsible therefore. Deviations must be explained in detail on an attached sheet(s). The bidder shall not construe this paragraph as inviting deviation or implying that any deviation will be acceptable. 10. SAFETY STANDARDS: All manufactured items and/or fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving a connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate state inspector which customarily requires the label or re-examination listing or identification marking of the appropriate safety standard organization, such as the American Society of Mechanical Electrical Engineers for pressure vessels; the Underwriters' Laboratories and/or National Electrical Manufacturers' Association for electrically operated assemblies; or the American Gas Association for gas operated assemblies, where such approvals of listings have been established for the type(s) of devices offered and furnished. Further, all items furnished by the successful bidder shall meet all requirements of the Occupational Safety and Health Act (OSHA), and state and federal requirements relating to clean air and water pollution. All bidders must comply with North Carolina Occupational Safety and Health Standards for General Industry, 29CFR 1910. Construction bidders must comply with North Carolina Occupational Safety and Health Standards for the Construction Industry, 29CFR 1926. In addition, bidders shall comply with all applicable occupational health and safety and environmental rules and regulations. Bidders shall effectively manage their safety and health responsibilities including: 1. Accident Prevention Prevent injuries and illnesses to their employees and others on or near their job site. Bidder managers and supervisors shall ensure employer's personnel safety by strict adherence to established safety rules and procedures. 2. Environmental Protection Protect the environment on, near, and around their work site by compliance with all applicable environmental regulations. 3. Employee Education and Training Provide education and training to all bidders employees before they are exposed to potential workplace or other hazards as required by specific OSHA Standards. 11. INFORMATION AND DESCRIPTIVE LITERATURE: Bidders are to furnish all information requested and in the spaces provided on the bid form. Further, as may be specified elsewhere, each bidder must submit with his proposal: cuts, sketches, descriptive literature and/or complete specifications covering the products offered. Reference to literature BID NUMBER 002-2023 BIDDER: ______________ 6 submitted with a previous bid does not satisfy this provision. Bids, which do not comply with these requirements, will be subject to rejection. 12. PROMPT PAYMENT DISCOUNTS: Bidders are urged to compute all discounts into the price offered. If a prompt payment discount is offered, it will not be considered in the award of the contract except as a factor to aid in resolving cases of identical prices. 13. AWARD OF CONTRACT: As directed by statute, qualified bids will be evaluated and acceptance made of the lowest and best bid most advantageous to the City of Salisbury as determined upon consideration of such factors as: prices offered; the quality of the articles offered; the general reputation and performance capabilities of the bidders; the substantial conformity with the specifications and other conditions set forth in the bid; the suitability of the articles for the intended use; the related services needed; the date or dates of delivery and performance; and such other factors deemed by the City to be pertinent or peculiar to the purchase in question. Unless otherwise specified by the City or the bidder, the City reserves the right to accept any items or groups of items on a multi-item bid. The City reserves the right to make partial, progressive or multiple awards: where it is advantageous to award separately by items; or where more than one supplier is needed to provide the contemplated requirements as to quantity, quality, delivery, service, geographical areas; other factors deemed by the City of Salisbury to be pertinent or peculiar to the purchase in question. 14. GOVERNMENTAL RESTRICTIONS: In the event any Governmental restrictions may be imposed which would necessitate alteration of the material, quality, workmanship or performance of the items offered on this proposal prior to their delivery, it shall be the responsibility of the successful bidder to notify the City of Salisbury Purchasing Department at once, indicating in his letter the specific regulation which required such alterations. The City of Salisbury reserves the right to accept any such alterations, including any price adjustments occasioned thereby, or to cancel the contract. Bidder agrees to comply with all applicable statutes, ordinances, and regulations of the United States, the State of North Carolina, the City and units of local government. 15. M/WBE: Pursuant to General Statute 143-48 and Executive Order #77, the City of Salisbury invites and encourages participation in this procurement process by businesses owned by minorities, women, and the handicapped. 16. INSURANCE COVERAGE - During the term of the contract, the bidder at its sole cost and expense shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the contract. As a minimum, the bidder shall provide and maintain the following coverage and limits: a. Worker's Compensation - The bidder shall provide and maintain Worker's Compensation Insurance, as required by the laws of North Carolina, as well as employer's liability coverage with minimum limits of $1,000,000.00 for bodily injury per accident. This insurance shall cover all bidders’ employees who are engaged in any work under the contract. If any work is sublet, the bidder shall require the subcontractor to provide the same coverage for any of his employees engaged in any work under the contract. b. General Liability - General Liability Coverage with minimum limit of $1,000,000.00 per occurrence for bodily injury, personal injury and property damage. General aggregate limit shall apply separately to each project/location and limit shall not be less than the required occurrence limit. (Defense cost shall be in excess of the limit of liability.) BID NUMBER 002-2023 BIDDER: ______________ 7 c. Automobile - Automobile Liability Insurance, to include liability coverage, covering all owned, hired and non-owned vehicles, used in connection with the contract. The minimum combined single limit shall be $1,000,000.00 bodily injury and property damage. Purchasing Coordinator reserves the right to waive any one or all of these minimum requirements. REQUIREMENTS: Providing and maintaining adequate insurance coverage is a material obligation of the bidder and is of the essence of this contract. Once the bid is awarded the bidder shall furnish the city with certificates of insurance and with original endorsements. All such insurance shall meet all laws of the State of North Carolina. Such insurance coverage shall be obtained from companies that are authorized to provide such coverage and that are authorized by the Commissioner of Insurance to do business in North Carolina. The bidder shall at all times comply with the terms of such insurance policies, and all requirements of the insurer under any of such insurance policies, except as they may conflict with existing North Carolina laws or this contract. The limits of coverage under each insurance policy maintained by the bidder shall not be interpreted as limiting the bidder's liability and obligations under the contract. It is agreed that the coverage as stated shall not be canceled or changed until thirty (30) days after written notice of such termination or alteration has been sent by registered mail to the City of Salisbury Purchasing Department. 17. PATENTS AND COPYRIGHTS: The Bidder shall hold and save the City of Salisbury, its officers, agents, and employees, harmless from liability of any kind, including costs and expenses on account of any patented or unpatented invention, articles, device or appliance manufactured or used in the performance of this contract, including use by the government. Any and all copy, art, designs, negatives, photographs, or other tangible items created pursuant to bidder's performance of this project shall be the property of City of Salisbury and shall be delivered to city upon completion of the project. Such property shall be transferred to city in excellent, reusable condition. In addition, the copyright in and to any copyrightable work, including, but not limited to, copy, art, negatives, photographs, designs, text, software, or documentation created as part of the bidder's performance of this project shall vest in the city, and the bidder agrees to assign all rights therein to the city. Bidder further agrees to provide the city with any and all reasonable assistance, which the City may require to obtain copyright registrations or to perfect its title in any such work, including the execution of any documents submitted by the city. 18. ADVERTISING: Bidder agrees not to use the existence of this contract or the name of the City of Salisbury as a part of any commercial advertising without prior approval of the City of Salisbury Purchasing Department. 19. EXCEPTIONS: All proposals are subject to the terms and conditions outlined herein. All responses will be controlled by such terms and conditions and the submission of other terms and conditions, price catalogs, and other documents as part of a Bidder's response will be waived and have no effect on this Request for Proposal or any other contract that may be awarded resulting from this solicitation. The submission of any other terms and conditions by a Bidder may be grounds for rejection of the Bidder's proposal. The Bidder specifically agrees to the conditions set forth in the above paragraph by affixing his name on the signatory page contained herein. 20. CONFIDENTIAL INFORMATION: As provided by statute and rule, the City of Salisbury will consider keeping trade secrets which the bidder does not wish DISCLOSED confidential. Each page shall be identified in boldface at the top and bottom as "CONFIDENTIAL" by the bidder. Cost information shall not be deemed confidential. In spite of what is labeled as a trade secret, the determination whether it is or not will be determined by North Carolina law. BID NUMBER 002-2023 BIDDER: ______________ 8 21. ASSIGNMENT: No assignment of the bidder's obligations nor the bidder's right to receive payment hereunder shall be permitted. However, upon written request approved by the City of Salisbury Purchasing Department, solely as a convenience to the bidder, the City of Salisbury may: a. Forward the bidder's payment check directly to any person or entity designated by the bidder, and b. Include any person or entity designated by bidder as a joint payee on the bidder's payment check. In no event shall such approval and action obligate the City of Salisbury to anyone other than the bidder and the bidder shall remain responsible for fulfillment of all contract obligations. 22. ACCESS TO PERSONS AND RECORDS: The City Auditor shall have access to persons and records as a result of all contracts or grants entered into by the City in accordance with General Statute 147-64.7. 23. INSPECTION AT BIDDER'S SITE: The City of Salisbury reserves the right to inspect, at a reasonable time, the equipment/item, plant or other facilities of a prospective bidder prior to contract award, and during the contract term as necessary for the City of Salisbury's determination that such equipment/item, plant or other facilities conform with the specifications/requirements and are adequate and suitable for the proper and effective performance of the contract. 24. AVAILABILITY OF FUNDS: Any and all payments of compensation of this specific transaction, it’s continuing or any renewal or extension are dependent upon and subject to the allocation of appropriation of funds to the City for the purpose set forth in this agreement. 25. GOVERNING LAWS: All contracts, transactions, agreements, etc., are made under and shall be governed by and construed in accordance with the laws of the State of North Carolina. 26. ADMINISTRATIVE CODE: Bids, proposals, and awards are subject to applicable provisions of the North Carolina Administrative Code. 27. EXECUTION: Failure to sign under EXECUTION section will render bid invalid. 28. ORDER OF PRECEDENCE: In cases of conflict between specific provisions in this bid, the order of precedence shall be (1) special terms and conditions specific to this bid, (2) specifications, (3) City of Salisbury General Contract Terms and Conditions, and (4) City of Salisbury Bid Terms and Conditions. 29. CLARIFICATIONS/INTERPRETATIONS: Any and all questions regarding this document must be addressed to the City of Salisbury Purchasing Department. Do not contact the user directly. Any and all revisions to this document shall be made only by written addendum from the City of Salisbury Purchasing Department. The bidder is cautioned that the requirements of this bid can be altered only by written addendum and that verbal communications from whatever source is of no effect. 30. E-VERIFY COMPLIANCE: By bidding the vendor understands that e-verify is a federal program operated by the US Department of Homeland Security and other federal agencies used to verify the work authorization of newly hired employees pursuant to federal law. Furthermore the vendor confirms that they are aware of and in compliance with the requirements of e-verify and article 2 of chapter 64 of the NC General Statutes, which requires that the vendor participate in e-verify if it has at least 25 qualified employees. BID NUMBER 002-2023 BIDDER: ______________ 9 31. NONDISCRIMINATION: By signing this Bid, the Bidding Party, for itself, its agents, officials, and employees, certifies that it does not and will not discriminate in any manner on the basis of race, color, national origin, ethnicity, religion, creed, age, disability, sex, sexual orientation, gender identity or expression, pregnancy, marital or familial status, National Guard or veteran status, or any other status protected by federal, state, or local law, in its employment or business practices, and with respect to the subject matter of this Bid. The Bidding Party further agrees to comply with the provisions and intent of City of Salisbury Ordinance No. 2021-52. That Ordinance is incorporated into this Agreement for the benefit of the City of Salisbury and its residents. To ensure compliance with this provision, Bidding Party further agrees that it will promptly respond to reasonable requests for information from the City. Failure to respond to requests for information or failure comply with the requirements of this provision shall constitute a breach of the Bid. This provision shall be binding on the successors and assigns of the Bidding Party with reference to the subject matter of this Bid. 32. PURCHASING MANUAL: Bidder is aware that the City has a Purchasing Manual that is available upon request. BID NUMBER 002-2023 BIDDER: ______________ 10 SECTION III: Specifications Salisbury-Rowan Utilities (SRU) is soliciting bids to upgrade Mill Village Lift Station in China Grove, NC. Bidders shall demonstrate evidence of qualifications to bid this project including: ▪ A list of five project references for completed projects for North Carolina municipalities similar in size and scope of work. Projects must have been completed within the last 3 years. ▪ Current NC Contractors License of adequate financial limits in Public Utilities. A description of the Scope of Work is as follows: ▪ Excavate force main and provide and install a 6” insertion valve beyond station valve vault to enable isolation of force main. o Insertion valve shall be by Occlude/Team Industries, or approved equal. ▪ Install 6” bypass connection and ground buried gate valves upstream of insertion valve. o All underground piping to be DIP and utilize MJ fittings with megalugs. o Gate valves shall be AWWA compliant. ▪ Provide duplex diesel bypass pumping system to maintain station flows during upgrade. o One (1) critically silenced, one (1) open unit. o Pumps shall be sized to pump the firm capacity of the station with one pump running. o Cellular alarm agent o Minimum 500-gallon fuel cell o Bypass pumping system must be checked by Contractor personnel daily, including days when not onsite (weekends, holidays, etc). ▪ Demolish pumps, piping and valves from wet well and valve vault. ▪ Install Wet Well Interior Coating o Bypass pumping system same as above o Setup scaffolding in wet well o Pressure wash with 5000 psi using 0-degree rotating nozzle o Apply two (2) coats of Sherwin Williams Duraplate 6000 Epoxy (20-30 mils per coat), or approved equal o Remove scaffolding from wet well ▪ Install all new epoxy coated DI pipe and fittings throughout wet well and valve vault. o Two (2) 6” FL Gate Valves o Two (2) 6” FL Check Valves ▪ Check valves shall conform to AWWA and be of lever and weight type. o SS Flange Kits ▪ Provide engineering and system curve analysis to establish system curve and new pump selection. o Minimum 5-page engineer’s report, signed and sealed by licensed NC Professional Engineer (PE). o If new pumping capacity exceeds current permitted station capacity, the Engineer shall complete analysis and engineering required to obtain a permit modification with NC DEQ. ▪ Provide and install three (3) new pumps, (one for spare). o 350 GPM target rated capacity. o Pumps shall be sized such that the existing generator can run at least one pump o SS guiderails and upper brackets o Reuse existing SS chain. ▪ Provide the following electrical improvements as required for larger pumps: o Demo existing pump circuit breakers and soft starters from existing pump control panel. BID NUMBER 002-2023 BIDDER: ______________ 11 o Install new NEMA rated motor starters o Install new pump circuit breakers o Install upsized feeder wire from ATS to control panel. o Remove existing service disconnect, meter base and wire. o Install new 200Amp meter base, disconnect, and wire to ATS, generator, and pump control panel. o Install new float switches in wet well. o Install new cord grips for new pumps. ▪ Test new pumps and electrical for proper operation. ▪ Remove bypass system, cleanup site, and place station back into operation. Lump Sum Price: $____________________

132 North Main Street Salisbury, NC 28144Location

Address: 132 North Main Street Salisbury, NC 28144

Country : United StatesState : North Carolina

You may also like

Millbrae Yard Security Upgrades

Due: 02 May, 2024 (in 7 days)Agency: Infrastructure Division

Upgrade Security Camera System at Walchirk Apartments

Due: 25 Apr, 2024 (Today)Agency: Housing Authority of Cook County

Millbrae Yard Security Upgrades

Due: 02 May, 2024 (in 7 days)Agency: Infrastructure Division

Please Sign In to see more like these.

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