Sealed bids will be received for the Monroe – Loganville Water Line Connection at Monroe City Hall until 11:00 A.M. (Local Time), October 17, 2019, at which time they will be publicly opened and read.

            The work under this Contract shall be separated into two (2) divisions.  Each division shall have its own contract.  Contractors may bid on one or both divisions.  The work under this Contract will consist generally of the following:


            Division I – Water Main

            The project consists of erosion & sedimentation control measures; clearing & grubbing; furnishing & installing suction & discharge pipeline, fittings, valves, and appurtenances; connection to Monroe & Loganville water systems; connection to Division II Booster Pump Station yard suction & discharge piping; connection to Division II delivery vault piping; surface repair to re-store pre-construction conditions, including curb & gutter, sidewalk, pavement, fencing, and grassing; and incidentals necessary for a complete job.

The pipeline construction consists of approximately ± 10,710 LF of 20” PVC / 24” HDPE suction water main; ± 24,850 LF of 16” PVC / 18” HDPE discharge water main; ± 6 20” / 24” MJ DI butterfly valves located on suction main; ± 11 16” / 18” MJ DI butterfly valves located on discharge main; ± 11 flush hydrants; and ± 17 air release valves.

            Project design & permitting requirements call for specific pipe installations at certain locations.  Specific pipe material includes:

  • ANSI/AWWA C150/A21.50 DIP (Pressure Class 350) – used for below grade stream crossing and jack & bore installations
  • ASTM F714 HDPE (Pressure Rating 160, DR 11) – used for horizontal directional drill

For the remainder of the locations not specifically identified in the previous paragraph, the Bidder may select the general pipe material from a list of approved materials.  Allowable general pipe material includes:

  • ASTM F714 HDPE (Pressure Rating 160, DR 11)
  • C905 PVC (Pressure Class 235, DR 18)
  • Fusible C905 PVC (Pressure Class 235, DR 18)

Additive Alternative Bid No. 1 bids will be received for furnishing and installing ± 35,000 LF of 7-Way HDPE Microduct for future fiber-optic installation (to be installed by others).  At the Owner’s discretion, this item may be added to the contract

            Division II – Booster Pump Station

            The project consists of the construction of a booster pump station, including erosion & sedimentation control measures; clearing & grubbing; grading; pre-fabricated metal building construction; installation of interior & exterior pipe, fittings, valves, and incidentals; and all appurtenances necessary for a complete job.  The project also includes the construction of a delivery vault.

Additive Alternative Bid No. 1 bids will be received for a generator.  At the Owner’s discretion, this item may be added to the contract.

General Information

            A contract will be awarded for Division I.  A contract will be awarded for Division II.  A contractor may bid on both divisions and be awarded both divisions.

            All work on the Project must be completed within 300 consecutive calendar days of date of notice to proceed.  Contractor may bid on one or both of the phases.

            Bid shall be submitted on Bid Proposal Forms furnished for that purpose, in accordance with the Contract Documents and the Plans and Specifications which are on file and may be reviewed at the office of the City Administrator and the office of Hofstadter and Associates, Inc., Consulting Engineers, 4571 Arkwright Road, Macon, Georgia  31210.

            Copies of Bid Forms, Plans, Specifications and Contract Documents may be obtained from Hofstadter and Associates, Inc. Consulting Engineers, 4571 Arkwright Road, Macon, Georgia  31210, upon deposit of $300.00 per hardcopy set and $200.00 per digital format set.  No refund will be made for returned documents.

            No bid will be considered unless sealed and filed with the City of Monroe prior to the time set forth above, and accompanied by a Bidder’s Bond, payable to the City of Monroe, Georgia, for 10 percent of the amount of the bid; to be forfeited as liquidated damages in the event that the bid be accepted and the bidder fail to enter promptly into a written contract and furnish the required Payment Bond and Performance Bond and Insurance Certificates.  Bids arriving after the designated time will be returned unopened.

            No bids shall be withdrawn for a period of 60 days after the opening of bids.  The City of Monroe reserves the right to reject any or all bids and to overlook and/or disregard informalities or irregularities in the proposals.

DATED:  ____________________                 CITY OF MONROE

                                                                        215 NORTH BROAD STREET

                                                                        P.O. BOX 1249

                                                                        MONROE, GA   30655

Plan Holders List

Comments are closed