Planroom Options

Bidroom Homepage

Public Projects
Password Projects
Calendar

Log In
Version 6.0.11.11

 
 
   Information  
 
 
   Plan Holders  
 
 
   View Plans  
 
 
   Addenda  
 
 
   Spec Sheets  
 
Loudon (TN) Utilities Board - Sodium Hypochlorite Disinfection System for Wastewater Treatment Plant (20190115.00.KV)

The work to be performed under this Contract shall consist of furnishing all labor, materials, tools, equipment, and incidentals and performing all work required to construct complete, in place, and ready to operate the following:

The work will generally consist of providing:

*(1) 15,000 gallon FRP tank
*(5) 3,150 gallon polyethylene dual containment storage tanks
*Triplex peristaltic pump skid
*All associated piping, instrumentation, electrical improvements, and other appurtenances

The work will be awarded in one Contract.

The REPORT OF GEOTECHNICAL EXPLORATION (Additional Info) can be downloaded by clicking HERE
            

 

    

Contact:   Renee Miller
PreBid Date:   03/11/2021 10:00 AM
PreBid Info:   A mandatory Pre-Bid Conference will be held at the project site at 122 Blair Bend Drive, Loudon, Tennessee 37774, on Thursday, March 11, 2021. A bid submitted by a Bidder not having attended the Pre-Bid Conference will not be opened.

Company:   W. K. Dickson & Co. Inc.
Bid Date:   03/25/2021 02:00 PM
Bid Info:   Sealed bids will be received by Loudon Utilities Board, for construction of the Sodium Hypochlorite Disinfection System for Wastewater Treatment Plant, at which time they will be publicly opened and read aloud at Loudon Utilities Board, 2480 Highway 72 North, Loudon, Tennessee 37774.

Bids must be submitted on the complete project and must be enclosed in a sealed envelope, addressed to Loudon Utilities Board, 2480 Highway 72 North, Loudon, Tennessee, 37774 (or P.O. Box 69, Loudon TN 37774). Outside of the envelope must be marked “Bid for Sodium Hypochlorite Disinfection System for Wastewater Treatment Plant”. Envelope must also bear on the outside, the name of the Bidder, Bidder’s address, and Bidder’s license number with expiration date (refer to Document 00 21 13, Instructions to Bidders). All bids must be made on blank forms provided and included in the bound document or as provided by Addendum prior to Bid.

Project Location: Loudon, TN

Public Notes:
For information regarding this project please contact:

M. Cain Reed, P.E.
W.K. Dickson & Co., Inc.
2035 Lakeside Centre Way, Suite 180, Knoxville, Tennessee 37922
Phone: Office – 865-270-3310 / Direct – 865-270-3309
Email: creed@wkdickson.com

All questions must be submitted in written form to W.K. Dickson & Co., Inc. (address above) or to creed@wkdickson.com. The deadline for submitting questions is 7 days prior to bid. Each proposal shall be accompanied by a cash deposit or certified check, drawn on a bank or trust company insured by the Federal Deposit Insurance Corporation, in an amount equal to not less than 5 percent of the proposal. In lieu thereof, the bidder may offer a Bid Bond of 5 percent of the Bid prepared on the Bid Bond form contained within the Contract Documents or a Surety Company’s Standard Bid Bond form, duly executed by the Bidder as principal and executed by a Surety company licensed under the laws of the State of Tennessee to execute such bonds and listed in the latest issue of U. S. Treasury Circular 570, conditioned that the Surety will, upon demand, forthwith make payment to the obligee upon said bond if the Bidder fails 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 10 days after the award or to give satisfactory surety as required by law.

No Bid may be withdrawn after the scheduled closing time for the receipt of bids for a period of 90 days.

Bidders must comply with the President’s Executive Order No. 11246, as amended, which prohibits discrimination in employment regarding race, creed, color, sex or national origin.

The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational Safety and Health Act of 1970 (PL91 596) and under Section 107 of the Contract Work Hours and Safety Standards Act (PL91 54), or latest revisions.

All Equipment/Manufacturer “Or-Equal” Qualification Packages, per Paragraph 10.0 of Document 00 21 13, Instructions to Bidders, and must be submitted at least 10 days prior to the advertised Bid date.

The Owner reserves the right to reject any or all Bids and to waive informalities and technicalities.



Job Purchase Information:
Bid Closed

Copy of Final Bid Tabulation can be viewed by clicking HERE


Addenda