top of page

TOWN OF HOT SPRINGS, NC RFQ

​

REQUEST FOR QUOTES (RFQ)

Electrical Service Upgrade – Town Hall

​​

Project Summary:

The Town of Hot Springs requests written price quotes from qualified, licensed electrical contractors for the

following work at Town Hall, 186 Bridge Street, Hot Springs, NC:

​

Scope of Work​

  • Replace existing 200-amp service with new meter and panel

  • Bring all wiring up to 2023 National Electrical Code (NEC)

  • Install exit and emergency lighting throughout facility

  • Remove existing wire damaged by flood (ceiling wiring to remain unless noted by electrician)

  • Replace light fixtures as needed

  • Note: Work excludes wiring of 2nd floor except hallway lighting

​

Submission Instructions

  • Please submit a written price quote, inclusive of all labor, materials, permits, and fees.

  • Include your NC electrical contractor license, proof of insurance, and references for at least one similar

  • project.

  • Proposals will be evaluated based on price, qualifications, and compliance.

  • Send quotes and questions to:

  • Contact: Brad J Guth, Project Manager

  • Email/Phone: projectmanager@townofhotsprings.org 828.206.3387

 

There is no formal deadline. The Town may proceed once adequate competition (typically two or more quotes)

is documented.

​

Federal (FEMA) Grant Compliance:

This contract will be funded wholly or in part by FEMA and must include certain federal contract provisions

(see Attachment A). Vendors must not be debarred or suspended from participation in federally funded

contracts.

Award:

The Town of Hot Springs reserves the right to reject any or all quotes, to waive informalities, and to award to

the contractor deemed in the Town’s best interest.

​

FEMA-required Federal Provisions

The following apply and are made a part of any contract resulting from this solicitation:

  1. Debarment and Suspension: Contractor certifies it is not listed on the government-wide exclusions in the System for Award Management (SAM.gov) and will not contract with any parties so listed.

  2. Access to Records: Contractor agrees to provide the Town of Hot Springs, the State of North Carolina, FEMA, and the Comptroller General of the United States, or any of their authorized representatives, access to any records related to the contract for audit purposes.

  3. Remedies: The contract will include administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms.

  4. Equal Employment Opportunity: Contractor must comply with Executive Order 11246, as amended, and related regulations, prohibiting discrimination by government contractors and subcontractors.

  5. Non-Discrimination: Contractor must comply with Title VI of the Civil Rights Act of 1964.

  6. Termination: The contract may be terminated for cause or convenience by the Town of Hot Springs as provided in the agreement.

​

Full text of provision language available upon request. Additional provisions may apply if federal law or the

grant agreement is amended.

​

Download a PDF of this RFQ

​

​

​

ADVERTISEMENT OF BIDS

​

Sealed bids for the project entitled Wastewater Treatment Plant Upgrade will be received by the

Town of Hot Springs, until 2:00 pm local time on September 15th 2025 in the Hot Springs

Community Center located at 43 N. Andrews Ave, Hot Springs, NC 28743. At said place and time,

all Bids that have been duly received will be publicly opened and read aloud.

​

The proposed project generally includes the conversion of the outer ring of the existing aeration basin

treatment tank to a flow equalization basin and influent pump station; conversion of existing clarifier

to sludge storage, installation of two (2) non-potable water pumps; installation of three (3) owner

furnished 12,000 gallon sludge storage tanks and one (1) owner furnished 8,500 gallon sludge storage

tank; Installation of two (2) owner furnished sludge pumps and a prefabricated building; installation

of two (2) Owner furnished modular membrane bioreactor (MBR) units, each rated to treat 0.075

MGD of wastewater. Included in the modular MBR units are the following subsystems: fine screen

and screenings chute; influent flow meter; handrails; chemical drum connections; stairs; offboard

piping; CIP vent; UV disinfection units; membrane units. Contractors are to coordinate with the

Modular Membrane supplier, Integrated Water Services (IWS), to ensure proper transport and

installation procedures are followed. A CABC pad is to be installed supporting the MBR units,

electrical building, and sludge storage containers. All necessary piping, electrical wiring, controls,

and sitework are included in the project.

​

Prospective bidders are to communicate with IWS as appropriate to determine shipping schedules and

contractor responsibilities. IWS will be responsible for transportation of prepurchased equipment,

while the contractor will be responsible for unloading and installing equipment.

​

Prospective bidders must register and obtain an official set of the Bidding Documents. Digital copies

of Bidding Documents are available for purchase for a fee of $50.00 per set through Quest by visiting

www.mcgillbidline.com. These documents may be downloaded by selecting the project and finding

the appropriate Quest Project Number 9846208. For assistance and free membership registration,

contact QuestCDN at (952) 233-1632 or info@questcdn.com.

​

Bidders are encouraged to only secure project bid documents as noted above. Neither the Owner nor

the Engineer will be responsible for full or partial sets of Bidding Documents, including any Addenda,

obtained from any source other than the Engineer and their representative plan provider, QuestCDN.

Each Bidder shall be responsible for the review of all addenda for the project and shall acknowledge

the addenda on the bid form.

​

Bidders must comply with the requirements of the State of North Carolina and be appropriately

licensed as a Contractor as provided in General Statutes Chapter 87.

​

Each bid shall be accompanied with a cash deposit or certified check drawn on a bank or trust

company insured by the FDIC, or a Bid Bond prepared on the form of Bid Bond contained in the

Bidding Documents or a Surety Company’s standard form and properly executed by a corporate

surety licensed under the laws of North Carolina to execute such bonds. The amount of the bid bond

shall be equal to five (5) percent of the total of the bid. The bid deposit shall be retained by the Owner

if the successful bidder fails to execute the contract or fails to provide the required bonds, as stated

above, within ten (10) days after the proper notice of award of the contract.

​

AB - 1The Owner reserves the right to reject any and all Bids, to waive informalities, or to reject non-

conforming, non-responsive, or conditional bids. The Owner reserves the right to award a contract to

the lowest, responsive, responsible bidder or bidders, taking into consideration quality, performance,

and time.

​

Contractors submitting a Bid on this project must solicit bids from minority subcontractors and

provide documentation of any outreach efforts as required by the Special Conditions Packages.

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. Bidders must

comply with Title VI of the Civil Rights Act of 1964, the Davis-Bacon Act, the Anti-Kickback Act,

the Contract Work Hours Standard Act, and 40 CFR 33.1016, and 40 CFR 60-4.

​​

Download this advertisement for bids as a PDF

​

​

​

ADDENDUM NUMBER ONE TOWN OF HOT SPRINGS WASTEWATER TREATMENT PLANT UPGRADE COLLAB_417(A)

MADISON COUNTY, NORTH CAROLINA

​

This Addendum Number One is issued this the 11th day of September 2025 to all parties who hold a set of Bid Documents for the project entitled: "Wastewater Treatment Plant Upgrade”. This Addendum Number One shall become part of the Contract Documents, and its receipt shall be acknowledged on the bid documents at the time of bidding.

​

Bid Date and Time

The date and time for receipt of bids is changed to Wednesday September 17 2025 at 2:00pm at the Hot Springs Community Building and Temporary Town Office, located at 43 N. Andrews Ave, Hot Springs, NC 28743.

 

GENERAL:

A. See attachments for updated sheets G-001, G-002, CE-101, CD-101, C-101, C-102, C-103, C-104, C-105, C-106, C-107, including the following changes:

- Removal of original base bid MBR configuration (end to end setup) from the contract. Formerly Alternate site plan MBR configuration (parallel setup) is now considered the base bid.

- Updates to piping layout and underground/above ground configurations. Note that above ground piping is to be heat treated in accordance with Specification Section 404113 Heat Tracing for Piping.

- Relocation of proposed emergency generator from CABC pad to be adjacent with existing electrical equipment. – see attached Electrical sheets E-101 to E-701.

- Clarification that the contractor is responsible for supply and delegated design of stairways and walkway seen on sheet C-103.

​

B. Clarification that the stainless-steel pipes and air goosenecks called out on Plan Sheet C-105 Blower Details are a pre-installed component of the Modular MBR Unit that has been prepurchased by the town.

​

C. The 10’ X 10’ X 8’ wall height proposed prefabricated building serving as the sludge pump shed & electrical building is to be supplied by the contractor. Additionally, the NPW pressure tank and enclosure is to be an 8’ X 8’ X 8’ wall height prefabricated building is to be supplied by the contractor. These buildings are to be fiberglass single-piece equipment shelters, with Openchannelflow being a prequalified manufacturer. The sludge pump shed and electrical building is to have a lighting system, 1500 W heating system, and fan. The NPW building is to have a lighting and 1500 W heating system.

​

D. Verification that the two sludge pumps are prepurchased by the town. The sludge pumps are Seepex Progressive Cavity Pumps, BN 35-6L, sized at approximately 107” X 17” X 15” and weighing 670 pounds. The four (4) sludge storage containers, including three (3) 12,000 gallon tanks and one (1) 8,500 gallon tank, are also

prepurchased by the town.

​

E. Clarification that the town is responsible for transporting the equipment to the WWTP site. The contractor is responsible for unloading and installing all equipment.

​

Download Addendum No. 1 as a PDF

© 2025 Town of Hot Springs, NC

bottom of page