Similar Projects
Highway 31W Apartments
New Construction, Infrastructure
Conception
$72,400,000 CJ est. value
White House, TN 37188

Jackson Farms
New Construction, Infrastructure
Conception
$167,000,000 CJ est. value
White House, TN 37188

Demolition/Renovation of City Hall - City of White House
Demolition, Renovation, Infrastructure
Design
$500,000 CJ est. value
White House, TN 37188

Apache, Hobbs and Villages Court Box Culverts - City of White House
Infrastructure
Design
$1,000,000 CJ est. value
White House, TN 37188

2023 Sage Road Widening Project
Infrastructure
Bidding
$500,000 CJ est. value
White House, TN 37188

Woodall Playground Expansion Project
Infrastructure
Post-Bid
$918,000 CJ est. value
White House, TN 37188

J. Travis Price Park Parking Lot Expansion
Infrastructure
Post-Bid
$90,000 CJ est. value
Springfield, TN 37172

Southern Force Main (Hester To Sage) Project
Infrastructure
Results
$989,836 CJ est. value
White House, TN 37188

Animal Control Sewer Service Project
Infrastructure
Results
$69,810 CJ est. value
Springfield, TN 37172

Highland Park
New Construction, Infrastructure
Pending Verification
$124,500,000 CJ est. value
White House, TN 37188

Frey Branch Cottages
New Construction, Infrastructure
Pending Verification
$11,300,000 CJ est. value
White House, TN 37188

Fabco Drive Manufacturing Addition
Addition, Infrastructure - 30,000 SF
Conception
$40,000,000 CJ est. value
Springfield, TN 37172

Soccer Complex Renovation Phase 2 - City of White House
Infrastructure
Design
$1,300,000 CJ est. value
White House, TN 37188

William A Batson Parkway Construction
Infrastructure
Post-Bid
$3,000,000 CJ est. value
Springfield, TN 37172

White House Heritage High School Driveway Connection Project
Infrastructure
Results
$434,710 CJ est. value
White House, TN 37188

Last Updated 09/02/2023 09:02 AM
Project Title

Water Treatment Plant High Service Pump Upgrades

Physical Address View project details and contacts
City, State (County) Cedar Hill, TN 37032   (Robertson County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Lift and Pump Stations, Sewage Treatment Plant, Site Development
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected November 2023
Bids Due View project details and contacts
Estimated Value $6,000,000 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

The following is a general description of the project: Construction of the new high service pumping station, including concrete ground storage tank, all site work, building, new clearwell, new pumps, controls, piping, and new water system wide SCADA equipment. The allotted time for construction is 365 calendar days to substantial completion and 30 additional days for final completion. Bids will be received for a single prime Contract. Bids shall be on a lump sum price basis as indicated in the Bid Form. All bids must be in accordance with the Bidding Documents prepared and issued by the Issuing Office. The Issuing Office for the Bidding Documents is: Griggs & Maloney, Inc. located at Suite 205, 745 South Church Street, P.O. Box 2968, Murfreesboro, Tennessee, 37133, (615)-895-8221. Prospective Bidders may examine the Bidding Documents at the Issuing Office on Mondays through Fridays between the hours of 8 AM and 5 PM, and may obtain copies of the Bidding Documents from the Issuing Office as described below. All qualified Disadvantaged Business Enterprises (DBE) firms desiring to bid as a General Contractor, sub-contractor, professional service provider, supplier, or equipment vendor are encouraged to contact Mr. Andrew Lynn, P.E. with Griggs & Maloney, Inc. listed above in order to obtain a list of prospective bidding General Contractors or to obtain copies of bidding/contract documents. A Bid Bond or other acceptable bond security in the amount of 5 percent of the bid amount must accompany the submitted bid. The successful Bidder will be required to furnish a Performance Bond and a Payment Bond, each for 100 percent of the contract amount, as security for the faithful performance of the work and the payment of all bills and obligations arising from the performance of the work. All bids, which shall include the costs for payment and performance bonds when required, shall remain binding on the Contractor for a period of 60 days after the bid date and time and the Owner reserves the right to accept any bid or bid alternate, to reject any or all bids, or to waive any informalities in bids received where such acceptance, rejections, or waiver is considered to be in the best interest of the Owner. All alternates requested on the bid form will be considered in the award of the Contract. All bidders must be licensed contractors as required by the Contractors Licensing Act of 1976 (TCA Title 62, Chapter 6) and State of Tennessee Public Chapter No. 644 Senate Bill No. 1713. No bid will be considered unless the sealed envelope containing the bid provides the following information: the name, license number, expiration date thereof, and license classification of the contractors applying to bid for the prime contract and for the masonry over $100,000, electrical, plumbing, heating, ventilation, and air conditioning contracts, and for each vertical closed loop geothermal heating and cooling project, the company name, Tennessee Department of Environment and Conservation license number, classification (G, L, or GL), and the expiration date, appear on the outside of the envelope containing the bid except when the bid is in an amount less than twenty-five thousand dollars ($25,000) [masonry over $100,000]. When the bid is less than twenty-five thousand dollars ($25,000), the name of the contractor only may appear on the outside of the envelope containing the bid, and upon opening the envelope, if such bid is in excess of twenty-five thousand dollars ($25,000), the same shall automatically be disqualified. Only one (1) contractor in each classification may be listed. Prime contractor bidders who are to perform the electrical, plumbing, heating, ventilation, and air conditioning or the geothermal heating and cooling must be so designated upon the outside of the envelope. Failure of any bidder to comply therewith shall void such bid and the envelope containing such bid shall not be opened or considered. The failure of any bidder to comply with all of the provisions hereof shall automatically disqualify such bid. No faxed or electronically transmitted bids will be accepted. All bids must be in a sealed envelope marked High Service Pump Upgrade. Upon request and receipt of the document deposit indicated above plus a non-refundable shipping charge, the Issuing Office will transmit the Bidding Documents via delivery service. The shipping charge amount will depend on the shipping method selected by the prospective Bidder. The date that the Bidding Documents are transmitted by the Issuing Office will be considered the Bidders date of receipt of the Bidding Documents. Partial sets of Bidding Documents will not be available from the Issuing Office. 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 Issuing Office. No other electronic media design document copies will be issued or allowed to be issued for this project without the express written permission of the Engineer. All Bidders must be registered plan holders with the Engineer Bidding Documents also may be examined at the following: Mr. Terry Beers, P.E., Director, Springfield Water & Wastewater Department, 924 Central Ave. West, Springfield, TN 37172 and Griggs & Maloney, Inc. 745 S. Church St., Ste. 205, Murfreesboro, TN 37130 All questions about the meaning or intent of the Bidding Documents are to be submitted to Engineer in writing. Interpretations or clarifications considered necessary by Engineer in response to such questions will be issued by Addenda delivered to all parties recorded as having received the Bidding Documents. Questions received less than 96 hours prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect 1141-12, 000210802327.00

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Fabrications.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Doors and Frames, Windows, Hardware.
Division 09 - Finishes, Painting and Coating.
Division 10 - Specialties, Signage, Compartments and Cubicles, Toilet, Bath, and Laundry Accessories, Emergency Aid Specialties, Fire Protection Specialties, Fire Extinguishers, Storage Specialties, Storage Assemblies.
Division 11 - Equipment, Laboratory Equipment.
Division 12 - Furnishings.
Division 14 - Conveying Equipment, Scaffolding.
Division 21 - Fire Suppression, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Systems, Distributed Audio-Video Communications Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Access Control, Intrusion Detection, Electronic Surveillance, Electronic Detection and Alarm.
Division 31 - Earthwork, Earthwork Methods.
Division 32 - Exterior Improvements, Flexible Paving, Rigid Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Common Work Results for Utilities, Water Utilities, Water Utility Distribution Equipment, Water Utility Pumping Stations, Wastewater Utility Pumping Stations, Sanitary Utility Sewerage Force Mains, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.
Division 40 - Process Integration, Water Process Piping.
Division 44 - Pollution and Waste Control Equipment, Common Work Results for Pollution and Waste Control Equipment, Air Pollution Control, Noise Pollution Control, Odor Control, Water Pollution Control Equipment, Solid Waste Control and Reuse, Waste Thermal Processing Equipment, Fluidized Bed Combustion Equipment, Rotary Kiln Incinerators, Pyrolysis Equipment, Hazardous Waste and Medical Waste Incinerators, Heat Recovery Equipment for Waste Thermal Processing, Synthesis Gas Cleanup and Handling Equipment.
Division 45 - Industry-Specific Manufacturing Equipment.
Division 46 - Water and Wastewater Equipment.

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