Loading Events

« All Events

Pilot Mountain / Collection System Improvements

August 6

Jimmy R. Lynch & Sons, Inc. An Equal Employment Opportunity Contractor, NC General Contractors # 7706 Will Consider All Quotes Regardless of Race, Color, Religion, Sex, or National Origin and is Soliciting Bids for M/WBE Participation.

We would appreciate a quotation from your firm for all work and/or materials on the following project:

Project Name: Pilot Mountain – Collection System Improvements

Bid Date: Tuesday August 6, 2024 @ 2:00 PM

Please provide your proposal by: 08-05-24 @ 5:00 PM  

We are soliciting subcontract bids for the following trades. Work may include, but not limited to: Pipe Work, Pipe Bursting, Cured-in-Place Pipe Lining & Lateral, Sewer, Electrical, Pump Station, Sewage Pumps, Engine Generators, Erosion & Sedimentation Controls, Traffic Controls, Construction Entrance, Concrete Work, Concrete Reinforcing, Concrete Manholes, Vaults and Chambers, Utilities, Miscellaneous Valves & Appurtenances, Pavement Repair and Surface Restoration, Stone, Clearing & Grubbing, Curb & Gutter, Site Clearing, Painting, Demolition, Fencing/Gates, Quality Control, Bypass Pumping, Excavation, Backfill and Compaction, Bore & Jack,  Dewatering, Flowable Fill, Miscellaneous Work & Cleanup, Television Inspection of Sewer Mains, Manhole & Structure Repairs & Rehab.  Infiltration & Exfiltration Testing, Vacuum Testing, Air Testing, Mandrel Testing along with any incidentals and materials necessary for construction to complete the project.

The Town of Pilot Mountain Collection System Improvements Engineering Project includes various upgrades to the Town’s sewer collection system. Approximately 1,040 LF of new 8-inch gravity sewer and seven (7) manholes will be installed along Veteran’s Drive and S Key Street (NC-268). A bore and jack installation of 65 LF under S Key Street will be required. The Town’s Lift Station 18 will be replaced in a new location and the existing station abandoned. The Lift Station 18 relocation will require one doghouse manhole and 40 LF of 8-inch gravity sewer to re-route the flow to the proposed pump station. The proposed station will include duplex submersible cutter pumps, a valve vault, generator, and other standard equipment. 685 LF of 4-inch forcemain will be installed to connect the new pump station to the existing 3-inch force main. Abandonment of approximately 780 LF of 10″ VCP sewer line, two (2) aerial sewer lines, six (6) sanitary sewer manholes, and existing Lift Station 18 components will be required. The project also includes rehabilitation and replacement of approximately 3,400 LF of 8″ and 10″ sewer mains throughout the Town via CIPP / slip lining, pipe bursting, and dig and replace methods. The rehabilitation effort includes lateral replacements, cleanout installations, and point repairs. Finally, the project includes upgrades to lift station electrical components, including control panel replacements at Lift Stations 3, 6, and 9 and installation of a new generator and transfer switch at Lift Station 12.  All construction shall be performed in accordance with the contract drawings and specifications.

The work performed under this Contract shall include but may not be limited to: The furnishing of all labor, materials, equipment and services, whether specifically mentioned or not, that is required to complete the Construction of the Work of the project. All requirements of the State of North Carolina and all pertinent administrative regulations shall apply to this project as if herein written out in full.

Please contact Daniel Lynch at dlynch@jrlynchandsons.com if you have any questions on the job link below.  

The following link will provide you with the digital Plans and Specs

https://www.dropbox.com/scl/fi/ami3yqzis9tcad6bvdqr9/Revised-Download-for-Pilot-Mtn.-Collection-System-Impvts..pdf?rlkey=jn3o5sltgstbqjoodyfrnk7nz&st=8isjpvat&dl=0

You may view plans & specs at the following locations:  JRL Office @ 314 S. Academy St. Pilot Mtn, NC.  Also, Bidding Documents may be examined at the following locations and All work will be in accordance with the Plans and Specifications. Complete digital bidding documents are available at http://withersravenel.com/bid/ or www.questcdn.com. You may download the digital documents for $25.00 by inputting Quest project #9198868 on the website’s search page. Please contact QuestCDN.com at (952) 233-1632 or info@questcdn.com for assistance in membership registration, downloading, and working with this digital project information.

JRL is willing to review any responsible quote and will negotiate terms, if appropriate.  We will notify your firm if your bid is accepted for this project.  Please contact Daniel Lynch @ number listed below, if you have not heard from JRL by 8-13-2024 and I will inform you of the status of your bid.   If you need assistance with equipment, obtaining bonding, (J.R.L. will furnish bonds for all projects & will help you obtain the proper certification, (if you are not certified.) loan capital, lines of credit, insurance or joint pay agreements, please see JRL terms below or contact us and we will review your needs and direct you to available agencies for assistance.

Bonding:  It is Jimmy R. Lynch & Sons, Inc. policy NOT to require M/WBE subcontractors to provide bonding to Jimmy R. Lynch & Sons, Inc. for their portion of the work. All M/WBE subcontractors will be allowed to work under Jimmy R. Lynch & Sons, Inc Performance & Payment Bonds to the Owner.

If you would like to obtain a bond on this project to help build your bonding capacity, please let us know through email, phone call or specifying on your quote and we will get you in contact with our Bonding Agent.

Financial Assistance:  Jimmy R. Lynch & Sons, Inc. will provide Joint Check Agreements to all M/WBE subcontractors. Please request a Joint Check Agreement in writing. We will work with you and the material vendor to develop a Joint Check Agreement to satisfy all parties.

Quick Payments:  It is Jimmy R. Lynch & Sons, Inc. policy to provide Quick Payments to all M/WBE subcontractors. Jimmy R Lynch & Sons, Inc will provide payment to all M/WBE subcontractors on a weekly basis if the work for which payment is being requested is complete and accepted by the Owner.

Please contact me at dlynch@jrlynchandsons.com with any questions

JRL encourages 2nd tier M/WBE Subcontracting opportunities.  We encourage our subcontractors to utilize 2nd and 3rd tier M/WBE Subcontractors.

Please Submit Quote the Day Prior to Bid Opening Phone:  336-368-4047    Fax:  336-368-4613

Details

Date:
August 6
Event Category: