Similar Projects
Last Updated | 05/24/2023 04:18 PM |
Project Title | 3298 Velvet St., Hinckley Onsite Septic System |
Physical Address | View project details and contacts |
City, State (County) | Hinckley, MN 55037 (Pine County) |
Category(s) | Heavy and Highway, Sewer and Water |
Sub-Category(s) | Site Development, Storage/Water Tanks |
Contracting Method | Competitive Bids |
Project Status | Bidding, Construction start expected June 2023 |
Bids Due | View project details and contacts |
Estimated Value | $100,000 [brand] Estimate |
Plans Available from | Agency's Affiliate |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | Work Scope Description: Please note that bids will only be accepted from licensed septic installers performing 34% or more of the work scope themselves. Bids will not be accepted from general contractors or contractors with restricted licenses. Contractor shall provide all equipment, materials and labor to complete the work described or referenced in this rfp, provided IHS Specifications, MN Chapter 7080 and within the provided Environmental Systems design. 1. Install an on-site septic system per the approved septic design provided by Environmental Systems dated 9/27/2018. Contractor shall ensure a complete and functional system. 2. The contractor shall have the existing septic tanks pumped and crushed or filled. Contractor shall assume existing tank holds up to 2,000 gallons. Contractor shall complete tank abandonment form and submit a copy to the Project Coordinator. 3. Contractor shall be responsible for all required permitting and inspections through the Kanabec County. Contractor shall submit to the Owner copies of the permit and inspections. 4. Contractor shall also be responsible contacting Project Coordinator, Carla Dunkley, to schedule project site visits to see scratch, tanks and rock bed before covering. 5. Contractor shall provide an As-Built System drawing for submission to MLBO and permitting authority. 6. Contractor will not receive final payment until Kanabec County has completed a successful final inspection an issued a Certificate of Compliance; and Owner has been supplied with full lien waivers for all subcontractors and suppliers. 7. Contractor is responsible for removal and disposal of all existing mound materials per design and disposing of them off-site. Please disregard design notes that indicate that some removed materials can be reused. 8. Contractor shall include the cost of removing and disposal of all existing materials; and supply and install of all new materials, including be not limited to cover materials, topsoil, sand, rock, fabric and piping. 9. Contractor shall be responsible for pumping tanks for the duration of project, including the period of drying once the old mound materials are removed. 10. Contractor is responsible for cutting vegetation and tree removal as required to install the system in accordance to MN Chapter 7080. 11. Contractor shall follow proper MN Chapter 7080 mound prep procedure, keeping traffic off the designated mound area. Contractor shall be responsible for the cost of any: compaction testing; re-design fees; or additional costs associated with system redesign or relocation; if these expenses are incurred due to contractor or subcontractor damaging the mound location. 12. Contractor shall provide and install SJE Rhombus panel, alarm, cycle counter and timer per design. 13. Contractor shall be responsible for electrical connections and any required trenching. 14. Contractor will be responsible for all yard repairs caused by system installation, including grading, black dirt cover and seeding. 15. Contractor is responsible for calling Gopher One before digging. 16. Although we acknowledge the weather and soil condition dependent nature of the work, it is expected that the work be completed as soon as possible; but the contract will be drafted with a completion deadline date of October 31, 2023. 17. Contractor shall include 0.5% TERO tax fee in base bid. Submission of receipt for paid TERO fee is required with application for final payment. There will not be a mandatory pre-bid site visit. However, contractors are encouraged to look at the site. Any contractor submitting a bid, must contact Carla Dunkley prior to submittal to ensure that a pre-bid addendum has not been issued. Licensing: 1. Firms must be licensed with the Mille Lacs Band of Ojibwe. A copy of this license (or the license application) must accompany each bid. If you are not currently licensed with the MLBO, please submit a copy of your license application along with your proposal. Contact Elizabeth Thornbloom at (320) 532-8274 or via email at EThornbloom@grcasinos.com with questions regarding licensing and for the license application. 2. Contractors must be MN licensed septic installers The Band reserves the right to reject any bid that it is unable to collect at the Onamia post office by the bid deadline date and time, provided that the Band has made diligent and reasonable efforts to collect the bid. The Band reserves this right even in the event that the bid has been postmarked before the deadline. |
||||||||||||||
Details |
|
||||||||||||||
Bidder's List | View project details and contacts | ||||||||||||||
Prospective Bidders | View project details and contacts | ||||||||||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |