Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published November 10, 2025 at 7:00 PM
Updated November 11, 2025
Site work for a water / sewer project in West Palm Beach, Florida. Completed plans call for site work for a water / sewer project.
D-17 Stormwater Pump Station and E-13 Wastewater Pump Station Rehabilitation For all other questions, please contact the designated Procurement representative: Duke Basha, Assistant Procurement and Contract Manager Phone: (561) 227-7002 Email: dbasha@townofpalmbeach.com Question Deadline 10/27/2025 at 2:00 PM ET Online Portal Answer/Addenda Deadline Deadline to answer questions Oct 29th 2025, 5:00 PM EDT The Town reserves the right to award to that bidder who will best serve the interests of the Town, and to accept or reject any and/or all bids and to award or not award a contract based on this bid proposal. We understand that the Town of Palm Beach proposes to relocate the existing generator for the D-17 Pump Station to two (2) feet above the 100-year flood elevation. The existing generator is located adjacent to 170 Clarendon Avenue in Palm Beach, Florida. The location of the project is shown on the attached Site Vicinity Map, Sheet 1. We have not been provided with any specific structural information; however, we expect the new generator will be supported on a mat foundation similar to the existing generator. Our recommendations herein for foundation design and construction are based on our above understanding of the project. If this information is incorrect or changes, we should be notified so we can review our recommendations and revise them if necessary. We also recommend that we be contacted to review the foundation design when final structure loads and foundation design elements become available. A. D-17 and E-13 - The Contractor shall furnish all supervised labor, materials, equipment, and incidentals required for the removal of first floor concrete slab, grating, concrete and reinforcement to be replaced at repair locations, stucco to be replaced at repair locations, doors, windows, louvers, roofing system, etc. B. The Contractor shall furnish all supervised labor, materials, equipment, and incidentals required for the miscellaneous structural, mechanical, and electrical demolition as shown on the plans. Removal procedures are as outlined below: 1. Complete or partially remove and dispose of specified existing piping, mechanical equipment, electrical components/equipment, and miscellaneous appurtenances encountered during construction operations. 2. Temporarily modify structures, equipment, appurtenances and utilities as necessary to allow for operation of the facilities during construction. 3. Demolish, remove and cut existing concrete and masonry structures as required for the new construction. 4. Handle existing equipment to be reinstalled or salvaged as specified. Any existing equipment or material which is removed or replaced as a result of construction under this project may be designated as salvageable by the Town of Palm Beach and if so, shall be removed, cleaned, and delivered to a protected location specified by the Town. Any equipment or material not worthy of salvaging, as directed by the Town, shall be disposed of in a legal manner by the Contractor at an off-site location. Upon request of the Engineer, Contractor shall submit evidence of proper disposal. 5. Arrange for off-site disposal of excess and unacceptable materials including but not limited to concrete, concrete blocks, bricks, steel, PVC, fuel, etc. All materials are to be disposed of in a legal manner. 6. This section may not cover all of the activities necessary to perform the work. The Contractor shall exercise due concern for the utility system operation and shall diligently direct all of the Contractor's activities toward maintaining continuous operation of the existing facilities and minimizing operation impacts. 7. The general sequence of demolition is described in Section 01010, Work Sequence. 8. It is understood that there will be certain times that the station will be out of service. During these times, the Contractor shall provide the appropriate bypass pumping operation or make the modifications necessary to maintain station operation at all times. A. The objective of flow bypass and/or diversion pumping is to: 1. Maintain an efficient and uninterrupted level of service to wastewater collection system users while maintenance or construction operations (including rehabilitation, repair or replacement) are facilitated on the segment or segments being bypassed and/or from which flow is being diverted within the wastewater collection system. 2. Ensure all levels of sewage flow are continuously and effectively handled around the segment or segments of sewer being bypassed and/or from which flow is being diverted. 3. The Contractor is expected to plan and execute all efforts for by-pass pumping and associated permitting. 4. The Contractor is expected to divide the lift station construction work into manageable segments and to seek Owner approval prior to taking lift station(s) off of by-pass and placing the proposed lift station(s) into service. Work on a lift station that was on bypass must be complete and accepted by Owner (with O&M and record drawings submitted and approved) prior to the contractor beginning work on the next lift station. B. Performance requirements: 1. It is essential to the operation of the existing sewerage system that there is no interruption in the flow of sewage throughout the duration of the project. To this end, the Contractor shall provide, maintain and operate all temporary facilities such as dams, plugs, pumping equipment (both primary and back-up units as required), conduits, all necessary power, and all other labor and equipment necessary to intercept the sewage flow before it reaches the point where it would interfere with his work, carry it past his work, and return it to the existing sewer downstream of his work. 2. The design, installation and operation of the temporary pumping system shall be the Contractor's responsibility. The bypass system shall be the Contractor's responsibility. The bypass system shall meet the requirements of all codes and regulatory agencies having jurisdiction. 3. The Contractor shall provide all necessary means to safely convey the sewage past the work area. 4. The Contractor shall maintain sewer flow around the work area in a manner that will not cause surcharging sewers or damage to sewers, and that will protect public and private property from damage and flooding. 5. The Contractor shall protect water resources, wetlands and other natural resources. 6. In the event of a bypass failure, the Contractor shall be responsible for all necessary corrective action, as approved by the Owner, to complete the project. 7. The Contractor shall be solely responsible for planning and executing sewer flow control, bypass and diversion pumping operations. The Contractor shall be entirely liable for damages to private or public property that may result from his operations and for all cleanup, disinfection, damages, and resultant fines in the event of spillage, flooding or overflow. C. Design Requirements: 1. Provide all pipeline plugs, pumps of adequate size to handle peak flow, and temporary discharge piping, to ensure that the total flow of the sewer and service connections can be safely diverted around the wastewater system to be rehabilitated/replaced. Bypass pumping system will be required to be operated 24 hours per day 7 days per week, including holidays during bypass pumping operation. The system operating pressure shall be as required to pump into the system. 2. Install one bypass pump at each pump station or manhole to be bypassed. There shall be one back-up pump ready for immediate use in the event of an emergency or breakdown of any of the pumps. Each pumping location shall have provisions for immediate installation of a redundant pump without shutting the system down. 3. Single discharge piping shall be provided for all bypass pumping operations. Each individual discharge pipeline shall be of adequate size to convey the required flow for the system's normal operating pumps. 4. Provide adequate enclosure around all bypass pumping equipment. 5. To minimize odors, install the discharge piping to within 2 feet of the manhole bottom and provide lockable security covers with an inspection door over all suction and discharge manholes. Covers can be made of ae-inch plywood, securely fastened over the manholes. 6. Maintain onsite portable lights for emergency use only. 7. Discharge must have an isolation valve and a check valve. 8. Pump station cleanouts shall not be used for bypass pumping. A. The Contractor shall furnish, install and place into service operating process instrumentation, control systems and panel including accessories, related to the control panels as shown on plans and specified herein. B. Field instruments for the facility are specified elsewhere and/or indicated on drawings. C. In order to provide an integrated system, The I&C Integrator shall provide controls to be interfaced hardwired with the proposed new RTU SCADA System. The hardware- RTU equipment shall be provided by the I&C vendor; the programming and configuration of the RTU and the Town's existing SCADA system shall be provided by Engineer Service Corporation of Jacksonville FL. Submittal shall be made through the I&C System Supplier. D. The I&C Contractor shall provide the electrical control panels, terminal Jboxes, field instruments as indicated on the drawings and these specifications. The I&C Contractor shall work with the RTU Contractor to provide the status and alarm signals from the various instruments and equipment to the telemetry system. E. the I&C Contractor shall provide all configuration, calibration and testing of the field instruments and control panels equipment.
Post-Bid
Water / Sewer
$3,581,295.00
Public - City
Site Work
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
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.
November 3, 2025
January 5, 2026
Multiple Locations, West Palm Beach, FL
Related To This Project
West Palm Beach, FL
Bid Date: Oct 08 2025
West Palm Beach, FL
Bid Date: Oct 30 2025
West Palm Beach, FL
Bid Date: Oct 30 2025
West Palm Beach, FL
Bid Date: Dec 19 2025
West Palm Beach, FL
Bid Date: Jan 08 2026
West Palm Beach, FL
Bid Date: Nov 17 2025
West Palm Beach, FL
Bid Date: Nov 04 2025
West Palm Beach, FL
Bid Date: Dec 31 2025
West Palm Beach, FL
Bid Date: Oct 22 2025
West Palm Beach, FL
Bid Date: Oct 22 2025
West Palm Beach, FL
Bid Date: Oct 28 2025
West Palm Beach, FL
Bid Date: Dec 03 2025
See the Projects and Companies Shaping 2026 Before Anyone Else
Start the New Year with a clearer view of the construction market. Unlock early access to commercial project data that keeps your pipeline full and your competitors behind. Sign up today for the project and contact data that others won't discover until its too late.
