Access Denied!!!

It appears that you are using a private browser which blocks some scripts necessary for this page to function properly. As a result, you may experience limited functionality or the page may not work at all.

To access this page, please consider using a different browser or switch to the standard version of Firefox.

Thank you for your understanding.

Access Full Project

Publicly Funded

Privately Funded

Bidding Soon

Documents Available

Addenda Available

Post-Bid

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

December 4, 2023

January 3, 2024

No Information to Display

Multiple Locations

Site Work

No Information to Display

$554,000.00

Public - City

img_map_placeholder

Multiple Locations, Mobile, AL

Our team is requesting plans for this project.

Subscribe to View Full Documents

Prequalification Proposals (Letters of Interest (LOI) and Statements of Qualifications (SOQ)) from General Contractors (Construction Service Firms) shall be submitted and will be received by the Board of Water and Sewer Commissioners of the City of Mobile, Alabama (Board), at the Wesley A. James Operations Center, 4725 Moffett Road, Suite A, Mobile, AL 36618-0249; UNTIL 2:00 PM, LOCAL TIME, October 31, 2023, for the following project: CWSRF Contract No. CS010281-19, ESLAVA CREEK FORCE MAIN REPLACEMENT SLIPLINING OF EXISTING 48 INCH FORCE MAIN PHASE 3(S): BAKER STREET TO WILLIAMS WASTEWATER TREATMENT FACILITY, PHASE 2(S): AMPAC FACILITY TO BROAD STREET, PHASE 1(S): I-10 CROSSING, McCrory & Williams, Inc Project No. M5712-2650 for consideration of approval to bid this project. Prequalified Bidders will be notified in writing on or about November 2, 2023, at which time Bid and Construction Documents will be made available to bidders. As one of the conditions of submitting a SOQ, it must be understood that knowledge and experience is extremely important. Therefore, the construction firm will have to submit evidence and proof acceptable to the Board of their ability, knowledge, experience, training of supervisory personnel and labor, and will be required to submit evidence and proof that construction firm has performed work of a similar nature within the last twenty-four (24) months and that such work was satisfactorily and safely completed. Qualifications of any sub-contractor(s) used to obtain prequalification status are to be included in the firms statement of qualifications. Contractors should pay special attention to the Boards Supplier Diversity Program requirements to ensure prequalification packages include the required documentation as to participation of diverse sub-contractor(s) and suppliers to meet the Boards goals of the Contractors good faith efforts to secure such participation. The Owner reserves the right to reject any or all proposals, to waive technical errors, and/or abandon this process if, in their judgment, the best interests of the Owner will thereby be promoted. All General contractors seeking prequalification status are required to submit the prequalification documents enclosed and clearly marked on the outside of the package as follows: CONFIDENTIAL STATEMENT OF QUALIFICATIONS ESLAVA CREEK FORCE MAIN REPLACEMENT SLIPLINING OF EXISTING 48 INCH FORCE MAIN PHASE 3(S): BAKER STREET TO WILLIAMS WASTEWATER TREATMENT FACILITY, PHASE 2(S): AMPAC FACILITY TO BROAD STREET, PHASE 1(S): I-10 CROSSING Board of Water and Sewer Commissioners of the City of Mobile, Alabama ATTN: Douglas L. Cote, PE, Assistant Director of Operations, 4725 Moffett Road, Suite A, Mobile, AL 36618-0249. The Work of the project includes, but is not limited to the following: Sliplining of approximately 10,000 LF of 36 HDPE sanitary sewer forcemain pipe into existing 48 PCCP pipe and approximately 400 LF of 32 HDPE into existing 36 PCCP pipe. Numerous connections utilizing ductile iron fitting and PVC pipe will be required as the existing PCCP pipe contains bends and interconnections. Instructions for SOQ packages may be inspected at the Boards offices at 4725 Moffett Road, Suite A, Mobile, AL, or requested at the offices of McCrory & Williams, Inc, 3207 International Drive, Suite G, Mobile, Alabama 36606. Refer to MAWSS Policy No. DBE 16-01 Disadvantaged Business Enterprise Policy for Public Works Act Contracts, which states that contractors shall make a demonstrated good faith effort to award fifteen percent (15%) of the contract amount to certified Disadvantaged Business Enterprises as subcontractors and/or suppliers performing commercially useful functions which are consistent with contract requirements. Further information for requirements during the bidding and contract performance phases are provided in Policy No. DBE 16-01 and should be considered by prospective bidders. Also, bidders must list all DBE subcontractors and suppliers on the provided Subcontracting Plan form to be submitted with the package. Bids must be submitted on the standard forms included with the Contract Documents. The following contract bid documents, Bid Proposal, Bid Bond, Subcontracting Plan, SSO and Unpermitted Discharge Prevention Notification, and any addendum attachments shall be printed on yellow color paper and tabbed. The Contractor shall be responsible for preparing its bid package in accordance with this guideline. The Owners intent is to use funding through the Clean Water State Revolving Loan for this project. Additional requirements beyond those of the Board of Water and Sewer Commissioners of the City of Mobile, Alabama and the State of Alabama bid law are included in this project and are outlined in Supplemental General Conditions for SRF Assisted Wastewater Facilities Construction Contracts of the project specifications. Envelopes containing bids must be sealed and delivered to the Director, Board of Water and Sewer Commissioners of the City of Mobile, Alabama, Wesley A. James Operations Center, 4725 Moffett Road, Suite A, Mobile, AL 36618-0249: Bid for Constructing CWSRF Contract No. CS010281-19, ESLAVA CREEK FORCE MAIN REPLACEMENT SLIPLINING OF EXISTING 48 INCH FORCE MAIN PHASE 3(S): BAKER STREET TO WILLIAMS WASTEWATER TREATMENT FACILITY, PHASE 2(S): AMPAC FACILITY TO BROAD STREET, PHASE 1(S): I-10 CROSSING McCrory & Williams, Inc Project No. M5712-2650, to be opened at 1:00 p.m., Local Time, December 4, 2023 . The Bidders Alabama State Contractors License Number and discipline shall be on the envelope. Bid guarantee in the form of certified check, bid bond, or Irrevocable Letter of Credit acceptable to the Board will be required for at least 5% of the bid amount, not to exceed $10,000. The Board reserves the right to reject any and all bids and to waive any informality in bids received.

2 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet
Subscribe to See All Trade Details

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.