You are here

Home » Bid - Water Systems Improvements, Almira WA

Bid - Water Systems Improvements, Almira WA

INVITATION FOR BIDS

OWNER/LOCAL AGENCY:             Town of Almira, Washington

PROJECT:                                      Water System Improvements

ENGINEER:                                    TD&H Engineeering, Inc.

303 E. 2nd Avenue
Spokane, WA
(509) 622-2888

Sealed bids for the following described construction will be received by Town of Almira at:

  1. By mail to the office of the Clerk-Treasurer at P.O. Box 215, Almira, WA  99103, until 3:00 P.M., P.S.T., of the bid opening date.  Notification by the Post Office will be considered as actual receipt of the bid by the Town of Almira.
  2. In the office of Clerk-Treasurer, Town Hall, Town of Almira at the Town Hall, 199 North 3rd Street, Almira, Washington, until 3:00 P.M, P.S.T., of the bid opening date.  Bids delivered in person will be received only at the office of Clerk-Treasurer.

The bid opening date for this project shall be Thursday, April 26, 2018.  The bids will be publicly opened and read after 3:00 P.M. on this date.

Bids must be completed on a lump sum and unit price basis as indicated on the BID PROPOSAL.

Availability of Bidding Documents:

Contract bid documents may be examined at the following locations:

1)   TOWN OF ALMIRA, 199 North 3rd Street, Almira, WA 99103 (509)

2)   TD&H Engineering, 303 E. 2nd Avenue, Spokane, WA  99202 (509) 622-2888

3)   Standard Digital, 256 W. Riverside, Spokane, WA 99201 (509) 624-2985

4)   Spokane Regional Plan Center 209 N. Havana Spokane, WA 99202 (509) 328-9600

5)   Inland Northwest AGC, 4935 E. Trent Ave, Spokane, WA 99212 (509) 535-0391

6)   Associated Builders & Contractors, 1760 E. Trent, Spokane, WA 99202 (509) 534-0826

7)   Tri-City Construction Council, 20 East Kennewick Ave, Kennewick, WA  99336 (509) 582-7424

8)   Builders Exchange of Washington, 2607 Wetmore Ave, Everett, WA 98201 (425) 258-1303

Contract documents are available at www.TDHplanroom.com .  Documents can be viewed and/or purchased online.  The Planholders’ List is also available at this website.  All addenda will be issued through email.  Bidders who order online are automatically placed on the Planholders’ List and will receive automatic e-mail notification of addenda.  Contact Standard Digital with website and plan ordering questions, and TD&H Engineering regarding Planholders’ List.   

Prospective bidders shall make all requests for clarifications to Marissa Siemens, TD&H Engineering in writing at the above address or to marissa.siemens@tdhengineering.com.  No verbal clarifications will be made.

Brief description of work:

This project includes installation of approximately 3,148 LF of water main, 17 gate valves, 4 fire hydrants, 24 service connections, 16 water meters, 2 sampling stations, 178 CY of CSTC, 545 SY of 2-1/2” thick HMA, 573 SY of topsoil, seeding, fertilizing and mulching, 12 concrete bollards, 14 SY of cement concrete sidewalk, and 124 SF of painted crosswalk lines. Bid Alternate A – additional water main installation which includes approximately 355 LF of water main, 2 gate valves, 1 fire hydrant, 4 service connections, 1 water meter, 1 sampling station, 27 CY of CSTC, and 50 SY of topsoil, seeding, fertilizing and mulching.

Bid security:

A certified or bank cashier’s check in the amount of five percent (5%) of the bid amount, payable to the Town of Almira, or bid bond executed by a licensed bonding company is required with each bid, subject to the conditions provided for in the bid procedures and conditions.  No bidder may withdraw a bid within thirty (30) days after the actual date of the opening thereof.

Rejection of bids:  

The Town shall have the right to reject any or all bids not accompanied by bid security or data required by the bidding document or a bid in any way incomplete or irregular.

The Town of Almira is an equal opportunity and affirmative action employer.  Disadvantaged Business Enterprises (Small, Minority- and Women-Owned Businesses) are encouraged to submit bids.  All work performed on this project will be subject to the higher of the prevailing state or federal Davis-Bacon wage rates.  Attention of bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under the contract. 

This project is funded by a federal grant from the U.S. Department of Housing and Urban Development and the Washington State Community Development Block Grant program.

Closing Date: 
Thursday, April 26, 2018