Similar Projects
The Stockyard
New Construction, Infrastructure
Conception
$10,000,000 CJ est. value
West Fargo, ND 58078

Highway 6 - Highway's 6 and 17 Roundabout and East 1,800' on Highway 6 - Grading and Surfacing - Cass County Highway Department
Infrastructure
Conception
$1,000,000 CJ est. value
Horace, ND 58047

The Ascent
New Construction, Infrastructure
Design
$75,000,000 CJ est. value
Fargo, ND 58104

Urban Plains by Brandt Second Addition Apartment Building
New Construction, Infrastructure
Design
$15,000,000 CJ est. value
Fargo, ND 58104

USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Bidding
$25,000,000 CJ est. value
Seattle, WA 98174

CRWD - Reile's Acres Pump Station
Infrastructure
Bidding
$500,000 CJ est. value
Kindred, ND 58051

Water Main Repair Materials/Fire Hydrant/Street Materials
Alteration
Post-Bid
Fargo, ND

Osgood Golf Course Slope Stability Improvements
Infrastructure
Post-Bid
$440,000 est. value
Fargo, ND 58104

Southdale Farms Third Addition
Results
$7,800,000 est. value
Horace, ND

Storm Sewer Lift Station Rehabilitation/Reconstruction and Incidentals Improvement
New Construction
Results
$904,538 est. value
Fargo, ND

Sports Complex - Fargo Park District
New Construction, Infrastructure
Construction
$77,000,000 CJ est. value
Fargo, ND 58104

Nodak Insurance Company Football Performance Complex - PHASE II - BID PACKAGE #01
New Construction, Infrastructure - 12,000 SF
Construction
$37,200,000 CJ est. value
Fargo, ND 58102

Lashkowitz High Rise Redevelopment
Demolition, New Construction, Renovation, Infrastructure
Pending Verification
$33,900,000 CJ est. value
Fargo, ND 58103

Interstate 94 / Fire Station - City Of West Fargo
New Construction, Infrastructure - 30,000 SF
Pending Verification
$10,000,000 CJ est. value
West Fargo, ND 58078

Highway 34 - State Highway 18 East Through Arthur - Grading and Surfacing - Cass County Highway Department
Infrastructure
Conception
$600,000 CJ est. value
Arthur, ND 58006

Last Updated 12/02/2022 06:02 PM
Project Title

Fargo Regional Emergency Water Supply LS and Pipeline

Physical Address View project details and contacts
City, State (County) Fargo, ND 58102   (Cass County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Lift and Pump Stations, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Results, Construction start expected December 2022
Bids Due View project details and contacts
Estimated Value $18,890,950 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

Custom BT Contract No. 1 - General Construction- CC Steel, LLC - $9,065,000 Contract No. 2 - Electrical Construction - John's Refrigeration & Electric, Inc - $365,950 Contract No. 3 Combined General and Electrical Construction - CC Steel, LLC - $9,460,000 The Work is comprised of three (3) Contracts: Contract No. 1 - General Construction and Contract; No. 2 - Electrical Construction; and Contract No. 3 - Combined General and Electrical Construction. Individual Bids will be received for each Contract as well as Contract No. 3 - Combined General and Electrical Construction. The Owner will not accept a combined Bid unless that Bid is lower than the combined total of the lowest and best Bids for the Separate Contracts. The Work for each Contract is generally described as follows: Contract No. 1: General Construction: Work generally consists of the construction of large diameter raw water pipelines and a lift station. Components include connection to an existing 60-inch RCP intake pipe; construction of a 16 ft by 16 ft concrete control structure with sluice gates and actuators; 400 ft of 72-inch diameter gravity intake pipeline; a 47 ft by 32 ft concrete lift station which includes axial flow vertical pumps, discharge piping, valves, and associated appurtenances; flow meter manhole; 850 feet of 72-inch diameter discharge piping; 400 feet of 36-inch diameter PVC pipe; a 12 ft by 19 ft concrete outfall structure, and other project components and appurtenances. IMPORTANT NOTE: Construction of the Fargo Regional Emergency Water Supply LS and Pipeline will be concurrent with the 52nd Avenue Reconstruction Project (by others). It is imperative that communication takes place with the 52nd Avenue Contractor throughout the duration of the project. Contract No. 2: Electrical Construction: Work generally consists of electrical improvements for a new pump station and includes: equipment and conduit demolition and relocation as indicated in the drawings; installation of new switchboard and panelboards; instrumentation and control systems; cable and conduit; networking equipment; and general power and lighting systems. Contract No. 3: Combined General and Electrical Construction: Work generally includes all Work described under Contract No. 1 - General Construction and Contract No. 2 - Electrical Construction. All bids shall be contained in a sealed envelope plainly marked showing that such envelope contains a Bid for the Project. Also refer to Section 00 21 13 - Instructions to Bidders for preparation of bid information. For the purpose of furnishing all materials, labor, equipment, and skill required for the construction of the Fargo Regional Emergency Water Supply LS and Pipeline, and incidental items, for said City, as is more fully described and set forth in the Plans and Specifications which are now on file in the office of the City Engineering Department. Bids shall be either mailed to the City Auditor, City of Fargo, 225 4th St N, Fargo, North Dakota 58102, or delivered to the blue, outside drop box located on the north side of City Hall (same address as mailing address). Bids will be opened and read aloud at approximately 11:30 AM in the Engineering Conference Room in Fargo City Hall. The public is encouraged to view the bid opening from their computer, tablet, or smartphone by using the following link website. All Bids shall be prepared according to the 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 City of Fargo, 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 ten (10) 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 City of Fargo for the performances of such Work. Only Bids that are accompanied by such a Bond will be considered. Contracts shall be awarded on the basis of the low Bid submitted by a qualified, responsible, and responsive Bidder deemed most favorable to the Owner's interest. The City of Fargo reserves the right to reject any and all Bids, to waive any informality in any Bid, to hold all Bids for a period not to exceed sixty (60) days from the date of opening Bids. All Work shall be performed in accordance with the Bidding Documents on file in the Office of City of Fargo, ND where they may be seen and examined. Bidders must be licensed for the full amount of the Bid as required by North Dakota Century Code 43-07-05. Each Bid shall contain a copy of the Contractor's license or certificate of renewal thereof issued by the Secretary of State in the OUTSIDE envelope. All Bids must be submitted on the Bid Form furnished by the Engineer. No Bid will be read or considered that does not fully comply with the above provisions and other provisions contained within the Bidding Documents, and any deficient Bid submitted will be returned to the Bidder unopened. Addenda MUST BE acknowledged on the outside of the Bid Envelope OR in the separate envelope containing the Bid Bond and Contractor's License. The City of Fargo REQUIRES the addenda acknowledgement BEFORE the bid envelope will even be opened. If the addenda are not properly acknowledged, the Bid will not be opened and will be returned unopened to the Bidder. 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 include EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION REQUIREMENTS, DAVIS-BACON WAGE RATE REQUIREMENTS, and AMERICAN IRON AND STEEL (AIS) REQUIREMENT, AS WELL AS ANY PROTECTED CLASS AS REQUIRED BY LAW, as explained in the Specifications. These requirements, and any corresponding certifications associated with them, will need to be submitted before final project closeout. 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. All Bids shall be contained in a sealed envelope plainly marked showing that such envelope contains a Bid for the Project. In addition, the Bidder shall place upon the exterior of such envelope the following information: 1. Project Name and Work covered by the Bidder (General). 2. The name of the Bidder. 3. Acknowledgement of all Addenda. 4. Separate envelope containing Bid Bond, a copy of Contractor's License or Renewal Certificate and a copy of the signed MBE/WBE subcontractor solicitation, and SRF Certification Regarding Debarment, Suspension and Other Responsible Matters. The work for each contract must be completed no later than the following: Milestone No. 1 Completion: November 15, 2023 Substantial Completion: July 1, 2024 Final Completion: September 1, 2024 All Bids will be made on the basis of cash payment for such work. After Bid opening, the Owner will return Bid security of all except the three lowest responsible Bidders. When the Contract is awarded, the remaining unsuccessful Bidder's Bonds will be returned. The Owner reserves the right to reject any or all Bids, 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.

Details

Division 03 - Concrete.
Division 04 - Masonry.
Division 05 - Metals.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection.
Division 08 - Openings.
Division 09 - Finishes.
Division 10 - Specialties, Signage, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Extinguishers, Storage Specialties.
Division 11 - Equipment.
Division 12 - Furnishings.
Division 14 - Conveying Equipment, Scaffolding.
Division 21 - Fire Suppression.
Division 22 - Plumbing.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC).
Division 26 - Electrical.
Division 27 - Communications, Data Communications, Voice Communications, Audio-Video Systems.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork.
Division 32 - Exterior Improvements, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Common Work Results for Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Water Utility Pumping Stations, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Wastewater Utility Pumping Stations, Sanitary Utility Sewerage Force Mains.
Division 40 - Process Integration, Water Process Piping.
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