Similar Projects
Last Updated | 02/17/2023 01:45 PM |
Project Title | Buffalo Creek Interceptor Tunnel |
Physical Address | View project details and contacts |
City, State (County) | Forney, TX 75126 (Kaufman County) |
Category(s) | Heavy and Highway, Sewer and Water |
Sub-Category(s) | Dam/Tunnel, Lift and Pump Stations, Sewage Treatment Plant, Site Development |
Contracting Method | Competitive Bids |
Project Status | Bidding, Construction start expected April 2023 |
Bids Due | View project details and contacts |
Estimated Value | $40,000,000 [brand] Estimate |
Plans Available from | Civil Engineer |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | This Project consists of a pipeline to be installed by tunneling which will be extended from the South Mesquite Creek Regional Wastewater Treatment Plant (SMCRWWTP) in Dallas County at 3610 Lawson Road, Mesquite, TX 75181 upstream to the Buffalo Creek Lift Station (BCLS) in Kaufman County at 15919 Wiser Road, Forney, TX, 75126. Project includes installation of a 72-inch tunnel [Line A] by Microtunnel, 9,774 LF in length, crossing the East Fork Trinity River and multiples tributaries, which includes multiple jacking and receiving shafts and permanent manhole access structures. The Project also includes construction of 362 LF of 48, 60, and 72-inch interceptor to be constructed by open cut [Line B], inclusive of a meter vault. The project is located in the FEMA 100-year floodplain Zone A Limits. The deadline to ask questions is 2/10/2023 5:00:00 PM CST Estimate: $25 to $40 Million *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. Qualifications as stated in the Instructions to Offerors will be strictly enforced and any offeror not meeting these qualifications may be disqualified. Each offeror shall furnish a bid guarantee equivalent to five percent of the proposal price (Water Code 17.183) in the form of a cashier's check, certified check, or acceptable offeror's bond with their proposal as a guarantee that the Offeror will enter into a contract for the project with the Owner within fifteen (15) days of Notice of Award of the contract. If a bid bond is provided, the Contractor shall utilize a surety company which is authorized to do business in Texas in accordance with Surety Bonds and Related Instruments, Chapter 3503 of the Insurance Code. The security must be payable to North Texas Municipal Water District. Contractor must execute the contract, bonds and certificates of insurance on the forms provided in the Contract Documents. Performance and Payment Bonds are required, each in an amount of not less than one-hundred percent (100%) of the contract price, conditioned upon the faithful performance of the contract and upon payment of all persons supplying labor or furnishing materials. Texas Water Development Board. Disadvantaged Business Enterprise Participation: The construction contract to be funded by TWDB will be subject to the Environmental Protection Agency's (EPA) Disadvantaged Business Enterprise (DBE) Program, which includes EPA-approved fair share goals towards procurement of Minority and Women- owned Business Enterprise (M/WBE) businesses. EPA rules require that applicants and prime contractors make a good faith effort to award a fair share of contracts, subcontracts, procurement of M/WBEs through demonstration of six affirmative steps. Category MBE WBE Construction 19.44% 9.17% Equipment 16.28% 11.45% Supplies 25.34% 8.82% Services 20.41% 13.66% Davis-Bacon Wage Rates. Contractors for this Project must pay no less than the prevailing wage rates for the area established by the Owner and included in the contract documents. Davis-Bacon prevailing wage requirements apply to the construction, alteration, or repair of treatment works carried out, in whole or in part, with assistance made available by the Clean Water State Revolving Fund (CWSRF). For the CWSRF Programs, the Davis-Bacon prevailing wage requirements apply to contractors and subcontractors performing on federally funded or assisted contracts in excess of $2,000 for the construction, alteration, or repair, including painting, of a treatment works project under the CWSRF. Contractors and subcontractors must pay their laborers and mechanics employed under the contract no less than the locally prevailing wages and fringe benefits for corresponding work on similar projects in the area. The prevailing wage requirements apply to all CWSRF financial assistance projects. For prime contracts in excess of $100,000, contractors and subcontractors must also, under the provisions of the Contract Work Hours and Safety Standards Act, as amended, pay laborers and mechanics, including guards and watchmen, at least one and one-half times their regular rate of pay for all hours worked over 40 in a workweek. The overtime provisions of the Fair Labor Standards Act may also apply to Davis- Bacon covered contracts. Proposals shall be submitted in two separate sealed envelopes with one (1) marked "Price Proposal" and one (1) marked "Technical Proposal" with the project name "Buffalo Creek Interceptor Tunnel Project No. 507-0549-19". For further details refer to Specification Section 00 21 16 Instructions to Offerors, 1.09 Proposal Form. Proposals received after this time will be returned unopened. Address proposals to President and Board of Directors of the North Texas Municipal Water District. Project No- 44384.01 |
||||||||||||||||||||||||||||||||||||||||||||||||||||
Details |
|
||||||||||||||||||||||||||||||||||||||||||||||||||||
Bidder's List | View project details and contacts | ||||||||||||||||||||||||||||||||||||||||||||||||||||
Prospective Bidders | View project details and contacts | ||||||||||||||||||||||||||||||||||||||||||||||||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |