Viewmont Waterline (Re-issued) ITB

Bid/RFP Status: 
Awarded
Bid Awarded To: 
Trench Line Excavation, Inc.
Bid/RFP Due Date: 
Wednesday, October 4, 2023 - 2:00pm

Sealed Bids for the construction of the SW Barnes Road and SW Viewmont Drive Waterline Improvements, Project No. C12753 (Project) for Tualatin Valley Water District (Owner) will be accepted by Heather Speight, Procurement and Contract Administrator, via Equity Hub’s Bid Locker at https://bidlocker.us/details/3746_Viewmont_Waterline_Itb___Reissued (Bid Locker), until  2:00 p.m. local time on October 4th, 2023 (Bid Closing Time).  Bidders 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 Bid Closing Time will not be considered.

Registration with Bid Locker requires a correctly completed Confidentiality Agreement, which is available through the registration process.  Following completion of the requested vendor information and upload of the Confidentiality Agreement, the vendor profile will be sent for a manual approval.  Please allow one business day for your vendor profile to be approved.  If it has not been approved within one business day, or if you have questions about this process, please contact bidsandproposals@tvwd.org. Bidders are advised to ensure that their Bid Locker vendor profile is active and approved a minimum of three business days prior to the Bid Closing Time to prevent any issues with submitting a bid on time. 

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 394 684 615#. 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 for the Project consists of furnishing required labor, equipment, and materials for construction of the following:

  1. Approximately 1,000 linear feet (lf) of 12-inch, 700 lf of 8-inch, and 120 lf of 6-inch ductile iron restrained-joint water piping with ductile iron fittings and polyethylene encasement.
  2. Install via horizontal directional drilling approximately 200 lf of owner-furnished 14-inch HDPE and reducer connections.
  3. One fire hydrant including ductile iron fire hydrant leads with polyethylene encasement, abandonment of existing water mains, five water service replacements, testing and special inspection, associated surface & fence restoration, clean-up, traffic control, erosion control, and incidental related work as described in the Contract Documents. 
  4. Engineers Estimate is $650,000 – $800,000.

The successful Bidder must achieve Substantial Completion September 27, 2024 and Final Completion by October 31, 2024. Notice to Proceed is anticipated to be issued April 1, 2024.

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

Contractor Plan Center, Inc., PO Box 2486, Clackamas, OR 97015, Phone: (503) 650-0148, Fax: (503) 650-8273, E-mail: megan@contractorplancenter.comwww.contractorplancenter.com

If a potential Bidder obtains the Bid documents from Contractor Plan Center, the Bidder is still responsible for registering with Bid Locker to submit their bid. 

Addenda will be published to Bid Locker.  Bidders who download bid packages from Bid locker will automatically 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 and/or printing the Bid Documents. The Bidder, including subcontractors, will also be responsible for signing a confidentiality agreement prior to obtaining the documents. Return of the documents is not required, and the amount paid for the Bid Documents is nonrefundable.

There will not be a pre-bid conference for this Project.

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 ten (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 Zach Lemberg, Engineering Associate at zach.lemberg@tvwd.org.

Published September 6, 2023 and September 8, 2023