Lift Station and Wastewater System Improvements
Advertisement for Bids
Town of Creston
Lift Station and Wastewater System Improvements
General Notice
The Town of Creston will accept electronic bids for the work described below until 2:00 PM, Monday, June 21, 2021. Due to the current COVID-19 situation, bids will be opened and read aloud virtually via the following link:
https://meet.google.com/zqx-ptzm-ycr?authuser=0&hs=122
You can also dial in using your phone:
United States: +1 (559) 856-2445
Access Code: 169 018 199#
A bid summary will be issued after opening, emailed to all bidders and posted on the Varela website.
Obtaining the Bidding Documents
The BIDDING DOCUMENTS may be examined at the Issuing Office:
1. Varela Engineering & Management, 601 W. Mallon Ave., Suite A, Spokane, WA 99201
2. Visit www.varelaplanroom.com under “Public Jobs”. Prospective bidders may view digital files at no cost.
To Bid the project, Bidder shall download a full set of the BIDDING DOCUMENTS from www.varelaplanroom.com under “Public Jobs” and shall be on the Plan Holders List. Bids shall be submitted electronically via the Varela Plan Room website and in accordance with the Instructions to Bidders. Additional bid acceptance and contract award provisions are specified in the Contract Documents.
Project Description
The purpose of this project is to refurbish the Town of Creston’s wastewater treatment lift station. The proposed work generally includes the following:
Base Bid:
Base Bid work generally includes the following:
- Mobilization and administration
- Temporary bypass pumping for duration of construction
- Demolition of existing facilities
- New lift station building with metal roofing, soffits and fascia
- Electronic pump hoist system and monorail I-beam
- Refurbishment of existing wetwell including inspection and patching wetwell interior, new concrete top, hatch, piping modifications, access, etc.
- Duplex submersible sewage pump system and appurtenances
- Base Bid Schedule includes furnishing two (2) Grundfos recessed impeller pumps (Model No. SLV.30.A30.55/4) and one (1) spare pump. Refer to Alternative Bid Schedule description below for alternates.
- New pre-cast concrete valve vault including piping, valves, magnetic flow meter, appurtenances, etc.
- New water service connection including connection to existing main, pipe, reduced pressure backflow preventer, yard hydrant, etc.
- Electrical controls, lighting, etc.
- New emergency standby generator and propane tank
- Replace existing effluent distribution box
- Site work including clearing, grubbing, finish grading, gravel surfacing, drainage improvements, and site restoration
- Chain link fencing and gates
- Erosion control
Alternative Bid Schedule: Bidder Proposed Alternative
Alternative Bid work generally includes the following:
- The Alternative Schedule is provided in the Bid Schedule (Page 8 of 8) for submittal of Contractor proposed alternative duplex submersible pumping systems. Refer herein and Section 22 13 29 for alternative pumping system performance criteria. Contractor shall provide marked up copies of Sections 01 01 00 and 22 13 29 indicating any changes to the specifications resulting from any alternative submersible pumping system proposed by the Contractor. Final pumping system selection will be made by the Owner after bids are opened based on the Contractor’s submitted Base Bid Schedule and optional submitted Alternative Bid Schedule.
The Town reserves the right to reject any and/or all bids received. A bid will be awarded in the best interests of the Town.
This project is partially funded through the Washington State Community Development Block Grant program with federal funds from the U.S. Department of Housing and Urban Development. This project is also partially funded by the Washington State Department of Ecology. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to this contract or any subcontract resulting from this solicitation of bids.
The successful bidder will be required to conform to the wage requirements prescribed by the federal Davis-Bacon and Relate Acts which requires that all laborers and mechanics employed by contractors and subcontractors performing on contracts funded in whole or in part by SRF appropriations in excess of $2000 pay their laborers and mechanics not less than the prevailing wage rates and fringe benefits, and determine by the Secretary of Labor, for corresponding classes of laborers and mechanics employed on similar projects in the area.
The Contractor shall be licensed, bonded and insured in the State of Washington. The Town of Creston is an Equal Opportunity and Affirmative Action Employer. Small, Minority- and Women-Owned firms are encouraged to submit bids. The Owner reserves the right to reject any and all bids, to waive technicalities, and in its sole judgment, accept the bid which it deems is in its best interest. Additional bid acceptance and contract award provisions are specified in the Contract Documents
For additional information regarding this project, contact Daniel Cowger at Varela Engineering & Management at (509) 328-6066 or danielc@varela-engr.com