SW 89th Avenue and SW Spruce Street Water Main Replacement - ITB

Bid/RFP Status: 
Awarded
Bid/RFP Due Date: 
Tuesday, November 16, 2021 - 2:00pm

Notice of Intent to Award: The full notice is available on Bid Locker.  Tualatin Valley Water District intends to award the contract for construction of the sW 89th Avenue and SW Spruce Street Water Main Replacement to the lowest responsible bidder, Lawson Corp. in the amount of $295,042.

Unverified Results: Lawson Corp is the apparent low bidder at $295,042.  Final verified results and notice of intent to award will be posted when available.

Update November 12, 2021: Addendum 2 issued and available on Bid Locker or via Contractor Plan Center.  Contact information below in the initial ITB Advertisement.

Update November 8, 2021: Addendum 1 issued and available on Bid Locker or via Contractor Plan Center.  Contact information below in the initial ITB Advertisement.

Sealed Bids for the construction of the SW 89th Ave and SW Spruce St Water Main Replacement for Tualatin Valley Water District (Owner) will be electronically accepted by Heather Speight,
Procurement and Contract Administrator, via Equity Hub’s Bid Locker at https://bidlocker.us/details/2290_89Th_And_Spruce_Water_Main (Bid Locker) until 2:00 p.m. local time, on November 16, 2021 (Bid Closing Time). Bidder must sign up with Bid Locker at https://bidlocker.us/Home/bidlockerus before being allowed to submit a bid. There is no cost to register. Any bids received after the specified time will not be considered.

Bids received by the Bid Closing Time will be publicly opened and read aloud immediately thereafter on a conference call at (971) 300-4841, phone conference ID (265 340 014#).

The Bidder is required to submit a First Tier Subcontractor Disclosure Form (First Tiers), as described by ORS 279C.370. The First Tiers must be submitted to Bid Locker within two hours of the Bid Closing Time. The Owner must reject a bid if the bidder fails to submit the First Tiers to Bid Locker within two hours of the Bid Closing Time. Original copies of the Bid Security must be submitted to Owner within five business days of the Bid Closing Time as prescribed in Section 00 21 13.

The proposed work contemplated for the project consists of furnishing required labor, equipment, and materials not listed as Owner-provided for construction of the following:

  • Approximately 850 linear feet of 12-inch ductile iron, 400 linear feet of 8-inch ductile iron, 175 linear feet of HDPE, and 40 linear feet of 6-inch ductile iron including connections, vaults, and miscellaneous appurtenances as identified in the Contract Documents. Ductile iron mains shall be restrained-joint water piping with ductile iron fittings and polyethylene encasement.
  • Includes horizontal directional drilling and fusing of HDPE pipe, testing and special inspection, associated surface restoration, clean-up, traffic control, erosion control, and incidental related work as described in the Contract Documents.
  • Owner-provided materials, including quantities, are listed in the Bid Form.

All work is to be completed (Substantial Completion) within 50 calendar days of the Notice to Proceed. Anticipated Notice to Proceed date is December 13, 2021 or 20 days from the end of the protest period.

Bid Documents may be obtained electronically either from Bid Locker or in electronic or hard copy format by contacting:

Contractor Plan Center, Inc.
5468 SE International Drive
Milwaukie, OR 97222
Phone: (503) 650-0148
Fax: (503) 650-8273
E-mail: megan@contractorplancenter.com
www.contractorplancenter.com

Bidders will be notified via email when addenda are published. It is the responsibility of the Bidder to obtain all addenda.

Bidders are responsible for the cost of obtaining the Bid Documents. The Bidder, including
subcontractors, will also be responsible for signing a Confidentiality Agreement prior to obtaining the Bid documents. Return of the Bid documents is not required, and the amount paid for the Bid Documents is nonrefundable.

There is a MANDATORY pre-bid conference for this Project. The pre-bid conference is scheduled for November 2, 2021 at 1:00 PM, meeting south of SW Thorn Street at the south end of SW 89th Avenue in Tigard, Oregon, on the north side of the wetland area.

Contractors must be qualified in accordance with the applicable parts of ORS 279 to enter into a
contract with the Owner for public work in Oregon. Bidders are required to complete and submit with their bid Section 00 45 13, “Statement of Bidder’s Qualifications”. The Owner will investigate and determine if the qualifications of the apparent low bidder meet the minimum requirements as part of its evaluation of the lowest responsive and responsible bid.

No bid will be received or considered by the Owner unless the bid form contains, or is accompanied by, a statement by the bidder as a part of the bid that the provisions required by ORS 279C.800 through 279C.870 pertaining to prevailing wages are included in this Contract. Contractor licensing under ORS 468A.720 for asbestos abatement is not a requirement of this project. Each bid must contain a statement as to whether the bidder is a resident bidder as defined in ORS 279A.120. Each bid must contain a statement as to whether the bidder is registered with the Oregon Construction Contractors Board in accordance with the provisions of ORS 279C.365.

Bids must be submitted on the prescribed forms and must be accompanied by a certified check or bid bond executed in favor of the Tualatin Valley Water District in an amount not less than 10 percent of the amount bid. The successful bidder will be required to furnish the necessary additional bond(s) for the faithful performance of the Contract as prescribed in the Contract Documents.

The Owner reserves the right to reject all bids not in compliance with all prescribed public contracting procedures and requirements, including bidder responsibility under ORS 279C.375(3)(b), and may reject for good cause all bids upon the Owner’s finding that it is in the Owner’s or the public’s best interest to do so. The Owner reserves the right to waive informalities and to award a Contract to the qualified lowest responsive and responsible bidder.

For more information regarding this project contact Mohammad Ahmad, Engineering Tech 2 with Tualatin Valley Water District at mohammad.ahmad@tvwd.org.

Published October 25, 2021