Similar Projects
WasteWater Treatment Plant Clarifier - Town of Morehead City
Renovation
Conception
$375,000 est. value
Morehead City, NC 28557

McDowell Wastewater Treatment Plant - Capacity Enhancement and Rehabilitation Project - City of Charlotte
Renovation
Conception
$51,000,000 est. value
Huntersville, NC 28078

Public Water and Wastewater Systems - Gates County
Renovation, Infrastructure
Design
$11,210,000 CJ est. value
Gatesville, NC 27938

Clinton Waste Water Treatment Plant Resiliency Improvements
Renovation, Infrastructure
Bidding
$10,000,000 CJ est. value
Clinton, NC 28328

G19122 - Water Treatment Plant Improvements
Demolition, New Construction, Infrastructure
Bidding
$1,727,330 CJ est. value
Jamesville, NC 27846

Neuse River Resource Recovery Facility (NRRRF) Bioenergy Recovery Project (BERP) - BP 12 - Sidestream Treatment
New Construction, Infrastructure
Post-Bid
$7,000,000 CJ est. value
Raleigh, NC 27610

RFQ D/B - Stowe Regional Water Resource Recovery Facility
Addition, Infrastructure
Post-Bid
$200,000,000 CJ est. value
Charlotte, NC 28205

Wastewater Treatment Plant Influent and Headworks Screen Upgrades Project
Results
$252,000 est. value
Clarkton, NC 28433

Contract II - Wastewater Treatment Plant Improvements
Renovation
Results
Mount Olive, NC 28365

Water Resources Recovery Facility Improvements
Renovation
Construction
$5,600,000 est. value
Mebane, NC 27302

RFQ Engineering - Professional Engineering Consulting Services - Ozone Generator Power Supply Upgrades
Renovation
Pending Verification
$99,200 CJ est. value
Wilmington, NC 28401

East Raleigh Wastewater Conveyance - City of Raleigh
Addition, Demolition, Infrastructure
Pending Verification
$96,000,000 CJ est. value
Raleigh, NC 27601

WSACC Rocky River Regional Waste Water Treatment Plant Expansion - City of Charlotte
Addition
Conception
$51,500,000 est. value
Charlotte, NC

Hendersonville WWTF Ultraviolet Disinfection Improvements Project
Infrastructure
Bidding
$3,000,000 CJ est. value
Hendersonville, NC 28792

Mallard Creek WRF Phase 1 Improvements Construction Manager at Risk Services
Post-Bid
$89,200,000 est. value
Charlotte, NC

Last Updated 11/04/2022 09:33 AM
Project Title

Sea Trail WWTP Improvements

Physical Address View project details and contacts
City, State (County) Sunset Beach, NC 28468   (Brunswick County)
Category(s) Sewer and Water
Sub-Category(s) Sewage Treatment Plant
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected July 2022
Bids Due View project details and contacts
Estimated Value $774,900 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

Work on this project shall include, without limitation, rehabilitation of three (3) existing influent wet wells, replacement of corroded wet well piping, installation of future headworks valve configurations, installation of two (2) air-powered mixers, structural rehabilitation to the existing package WWTP, and relocation of two (2) pump control panels. The foregoing description shall not be construed as a complete description of all work required. Please refer to the Summary of Work and other specifications included herein for additional information. Sealed bids shall be labeled with the project name, Contractor's name, address, and license number and must be marked "SEALED BID, DO NOT OPEN." Bids will be received as Single Prime. All bids shall be lump sum with provisions for unit prices as indicated in the Form of Proposal. The project shall be completed within two hundred and forty (240) consecutive days from the Notice to Proceed. There are liquidated damages associated with this project. Liquidated damages will be in the amount of $1,000.00 per day for each calendar day beyond the completion date set from the Notice to Proceed. Pre-Bid Meeting: Directions are as follows: From Wilmington, follow US 17 toward Supply. Turn right onto Hwy. 211 heading toward Bolton. Turn right onto Grey Water Road in approximately one mile (beside athletic park). Utilities Operations Center is on right The pre-bid meeting will address project specific questions, issues, and bidding procedures. Additional information and Addenda will be supplied to all known prospective bidders and posted Electronically. The bidder is responsible for ensuring that their contact information is correct and on file with the person designated below. All bidder questions and/or clarifications must be submitted in writing no later than Tuesday, November 30, 2021, at 5:00 p.m. ET. Bidder questions and/or clarifications received after this date and time will not receive a response. Questions or requests for clarifications shall be directed to: Paul Shivers, PE Highfill Infrastructure Engineering, P.C. Email: pshivers@hiepc.com Telephone: (910) 313-1516 Insurance Requirements: The Contractor is required to have insurance as outlined in the General Conditions and Minimum Insurance Requirements attached hereto. Licensing: All Contractors are hereby notified that they must have proper license as required under the state laws governing their respective trades. General Contractors are notified that Chapter 87, General Statutes of North Carolina, will be observed in receiving and awarding general contracts. General Contractors submitting bids on this project must have license classification for Public Utilities. NOTE: The bidder shall identify on its bid proposal the minority business participation it will use on the project form (Identification of Minority Business Participation) and shall include either Affidavit A or Affidavit B as applicable. Forms and instructions are included within the Proposal Form in the bid documents. Failure to complete these forms is grounds forrejection of the bid. (NCGS143-128.2c Effective 1/1/2002.) General contractors are notified that Chapter 143, General Statutes of North Carolina, and the "Brunswick County Minority Business Enterprise Policy" (MBE) will be observed in receiving and awarding general contracts. Brunswick County requires contractors that are not self-performing 100% of the total value of the work to verify that they have contacted MBE subcontractors whose work on the project would represent at least ten percent (10%) of the total value of work. Bid Security: Each bid shall be accompanied by a cash deposit or a certified check drawn on some bank or trust company, insured by the Federal Deposit Insurance Corporation, of an amount equal to not less than five percent (5%) of the bid, or in lieu thereof a bidder may offer a bid bond of five percent (5%) of the bid executed by a surety company licensed under the laws of North Carolina to execute the contract in accordance with the bid bond. Said deposit shall be retained by the owner as liquidated damages in event of failure of the successful bidder to execute the contract within ten (10) days after the award or to give satisfactory surety as required by law. Performance and Payment Bonds: A performance bond and a payment bond will be required for one hundred percent (100%) of the contract price. An additional bond with the North Carolina Department of Transportation may be required for work performed in the right-of-way. Surety companies must be authorized to do business in North Carolina. Payments: Payment will be made based on ninety-five percent (95%) of monthly estimates and final payment made upon completion and acceptance of work. County reserves the right to request financial information for any bidder in order to support the viability of the bidder. County will not be responsible for any costs or expenses incurred by the bidder in submitting a bid or for any other activities associated therewith. County reserves the right to cancel the work described herein prior to issuance and acceptance of any contractual agreement even if the Board of Commissioners has formally accepted the recommendation. Submission of a bid indicates explicit acceptance by the bidder of the terms and conditions contained herein and any attachments or addenda hereto. County reserves the right to reject, without prejudice or explanation, any or all bids. County reserves the right to waive informalities or technical defects or to amend the specifications and request new bids at any time prior to the award of a contract. All decisions of County shall be final and binding. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

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, Emergency Aid Specialties, Fire Protection Specialties, Storage Assemblies.
Division 11 - Equipment, Laboratory Equipment.
Division 14 - Conveying Equipment.
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, 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, Water Utilities, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.
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.

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