Point Of Contact Not Available
BUNKER HILL SANITARY DISTRICT HWY 101 INVERSION LINING PROJECT Bids due 2:00 pm, June 8, 2021 ADVERTISEMENT FOR BIDS Sealed bids for the construction of the HWY 101 Inversion Lining Project for the Bunker Hill Sanitary District (Owner) will be submitted by electronic means only and must be received by 2:00 p.m. PDT June 8, 2021. The Bunker Hill Sani tary District will receive and accept bids ONLY through QuestCDN.com via their electronic VirtuBid™ online bid service. A virtual bid opening will be held at the day and time of the bid closing utilizing GoToMeeting™. Bids received after this time will not be accepted. All interested parties are invited to attend. The project must be substantially complete 60 days after issuance of Notice to Proceed. Estimated construction cost for the Basic Bid is between $140,000 and $180,000. The project consists of the following major items of construction: 1. Basic Bid a. Install inversion lining in approximately 940 lineal feet of existing 8-inch sewer lines at various locations within the District's sanitary sewer collection system. b. Internally reinstate approximately one (1) sewer service lateral. Install approximately one (1) cleanout for termi nation access of new T-Liner for lining of sewer service lateral. Install inversion lining in approximately 15 lineal feet of existing 4-inch sewer service laterals. c. Repair and rehabilitate approximately 53 vertical lineal feet of manholes with cement lining at various locations as shown on the Plans. d. Install one (1) new sanitary sewer manhole. e. Provide approximately 480 lineal feet of additional television inspection of existing sanitary sewer lines at various locations as shown on the Plans. f. Provide temporary pumping and bypass sewer lines as required for construction. g. Other work includes manhole frame adjustments and landscaping. Bids will be received for a single prime Contract. Bids shall be on a unit price basis as indicated in the Bid Form. No Bid will be considered unless fully completed in the manner provided in the Instructions to Bidders, and accompanied by a Bid Security executed in favor of the Owner in the amount of not less than 10% of the total amount of the Bid. Per ORS 279C.385 (2), Bid Security is to be forfeited as fixed and liquidated damages should the Bidder neglect or refuse to enter into a Contract and provide suitable insurance certificates, bonds, and other required documents for the faithful perfor mance of the work in the event the Bidder is awarded the Contract. The Issuing Office for the Bidding Documents is: The Dyer Partnership, 1330 Teakwood Avenue, Coos Bay, OR 97420, (541) 269-0732. Prospective Bidders may examine the Bidding Docu ments at the Issuing Office or online at www.questcdn.com. Complete digital project Bidding Docu ments are available at www.questcdn. com. To be considered a Planholder for bids, you may download the digital docu ments for $30.00 by selecting Requests at the top of the QuestCDN search page and inputting the QuestCDN Project No. 7821699. A Contractor must register with QuestCDN.com and download the request documents in digital form. Regis tering as a Planholder is recommended as Planholder's will receive automatic notice of addenda and other updates via QuestCDN. Contact QuestCDN Customer Support at 952-233-1632 or
[email protected] for assistance in membership registration, downloading digital request information and vBid online bid submittal questions. To access the electronic bid form, download the request documents and click on the online bid button at the top of the bid advertisement page. For this project, prospective bidders must be on the Planholder list through QuestCDN for bids to be accepted. Bids will ONLY be received and accepted via the online electronic bid service through QuestCDN.com. A Pre-Bid Conference will not be held. All Bidders must be "equal opportunity employers" and comply with the appropriate provisions of state and federal law. In addition, all Bidders are required to comply with ORS 656.017 regarding Workers' Compensation. Bidder, Contractor, and subcontractors are required to be registered with Construction Contractors Board. Pursuant to ORS 279C.505(2), all Bidders must certify with their Bids that they have an employee drug testing program in place. If awarded a Contract, Bidder must provide proof of such drug testing program when executed Agree ments are returned to Owner. Bidders must prequalify with Owner as specified in the Instructions to Bidders, five (5) days prior to Bid opening. Each Bidder must submit a First-Tier Subcontractor Disclosure Form to the Owner within two working hours of the time for receipt of Bids in accordance with ORS 279C.370. Each Bidder must also submit Evidence of Authority to Sign Bid and Evidence to do Business in the State within two working hours of the time for receipt of the Bid. The Contractor and every subcontractor on the project shall pay at least the state prevailing rate of wage as determined under ORS 279C.815. ORS 279C.800 to 279C.870 will be administered and enforced in a manner that is consistent with state law and regu lations adopted or guidelines issued in accordance with related acts. No Bid will be received or considered by the Owner unless the Bid contains: 1) a statement that Bidder will comply with the provisions of 40 USC 276a and ORS 279C.840 and 2) a statement as to whether the Bidder is a resident Bidder as defined in ORS 279A.120. The Owner reserves the right to reject any or all Bids, to waive all informalities, and to accept such Bids that in the opinion of the Owner are in the best interest of the Owner. No Bidder may withdraw or modify this Bid after the hour set for the receipt of Bids, and thereafter until the lapse of 70 days from the Bid opening. Dated this 6th day of May 2021. Owner: Bunker Hill Sanitary District By: Dan Hinrichs Title: District Attorney Published May 7 & 14, 2021. 11998628
Bid Protests Not Available