RFB 0892 Production Well G-4 Installation and Testing
REQUEST FOR BIDS
Production Well G-4 Installation and Testing, Job #0892
Notice is hereby given that sealed bids for the PRODUCTION WELL G-4 INSTALLATION AND TESTING, Job #0892 will be received by LAKEWOOD WATER DISTRICT until, but not after, 2:00 p.m., Wednesday, April 2, 2025. Bids will be received only by email addressed to bids@lakewoodwater.org. Bids received after the time fixed for opening will not be accepted.
Work to be performed includes: Lakewood Water District (Owner) desires to drill, construct, and test a new production well at its Scotts Wellfield located in Lakewood, Washington (Figure 1).
The project will be contracted and managed by the Owner. Mott MacDonald will be the project geologist (Geologist) and will represent the Owner with the drilling, design, construction, development, and testing of the well. The Owner will provide access to the site prior to mobilization. The Owner shall be responsible for site preparation, disposal of drill cuttings, and water disposal. Drilling water will be provided onsite via a standard garden-hose fitting at one of the nearby well houses.
Drilling will be completed using either cable-tool or reverse-circulation mud rotary methods to complete the exploratory drilling to a depth of approximately 600 feet. The selected well drilling contractor (Contractor) shall furnish all labor, equipment, and material necessary to construct and test the new well in accordance with these Specifications. The Contractor will complete either bid Schedule A for cable-tool methods or bid Schedule B for rotary methods.
Under Schedule A, the Contractor will be responsible for drilling a minimum 16-inch-diameter casing to the target depth of 600 feet, with the final depth determined by the Geologist. Initial drilling will be with 24-inch casing to at least 200 feet, 20-inch casing drilled to a depth of approximately 320 feet, and 16-inch casing drilled to a total depth of about 600 feet. A continuous aquifer seal will be installed in the annular space between the 16-inch and 20-inch casings as the 20-inch casing is withdrawn from the borehole. This will seal the well through the shallow Aquifers A3 and C, meeting the requirements of WAC 173-160-181 and 173-160-241. A permanent seal will then be installed between the 20-inch casing and the 24-inch casing as the 24-inch casing is removed. The screen design, diameter, length, and slot size will be determined based on field conditions by the Geologist and the District. The screen design will likely include a sand pack but may be completed with natural formation material around the screen if aquifer conditions allow.
Under Schedule B, the Contractor will be responsible for drilling a minimum 16-inch-diameter borehole to the target depth of 600 feet, with the final depth determined by the Geologist. Initial drilling will use rotary methods to drill a boring to install a 24-inch-diameter casing to approximately 200 feet, a 20-inch borehole drilled to install a 16-inch casing to a depth of 320 feet, and a 16-inch-diameter boring to a total depth of about 600 feet. A continuous aquifer seal will be installed in the annular space between the 20-inch borehole and the 16-inch casing up to 200 feet and then between 20-inch borehole and 24-inch casing as the 24-inch casing is withdrawn from the borehole. This will seal the well through the shallow Aquifers A3 and C, meeting the requirements of WAC 173-160-181 and 173-160-241. The screen design, diameter, length, and slot size will be determined based on field conditions by the Geologist and the District. The screen design will likely include a sand pack but may be completed with natural formation material around the screen if aquifer conditions allow.
The proposed new well location is in an operating wellfield with three wells (Figure 1). Two wells are less than 200 feet deep; the third well is approximately 900 feet deep. A representative well log is attached. The aquifer is highly transmissive, and the Owner is concerned about introducing turbidity while drilling through the shallow aquifer. The wellfield will not be in use while penetrating this aquifer, but the Contractor should make every effort to minimize turbidity during drilling of the aquifer zone.
The Contractor shall take precautions to prevent contamination from accidental spills of motor fuel, oil, grease, solvents, or other potential contaminants. The Contractor shall protect the surface and underground infrastructure along access routes and the well site and shall maintain clean sites and control litter during all phases of construction and testing. The wellfield is fenced, and the Contractor shall conform to site security measures established by the District.
All work and materials shall conform to Washington Administrative Code (WAC) Chapter 173-160, Minimum Standards for the Construction of Wells.
This project is funded through a Federal Grant with federal funds from the U.S. Environmental Protection Agency. General contractors and all subcontractors must meet all Federal provisions and requirements, including the American Iron and Steel (AIS) and Build America, Buy America Act (BABAA) requirements. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to any contract or any subcontract resulting from this solicitation for bids.
This agreement for services related to a project that is subject to the Build America, Buy America Act (BABAA) requirements under Title IX of the Infrastructure Investment and Jobs Act (IIJA), Pub. L. 177-58. Absent an approved waiver, all iron, steel, manufactured products, and construction materials used in this project must be produced in the United States, as further outlined by the Office of Management and Budget’s Memorandum M-22-11, Initial Implementation Guidance on Application of Buy America Preference in Federal Financial Assistance Programs for Infrastructure, April 18, 2022.
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 determined by the Secretary of Labor, for corresponding classes of laborers and mechanics employed on similar projects in the area.
An on-site pre-bid meeting and walk-through of the project is available upon request.
The Contractor must complete the enclosed Equipment and Manpower Schedule, and Project Experience List (Section 00300) in order to be considered responsive. The District has the right to reject any bidder’s proposal on the grounds of an apparent lack of experience or available equipment. Only competent workers shall be employed on the project.
As a guarantee of good faith and as required by law, each Bid shall include a Bid Deposit in the form of cash, postal money order, certified check, cashier’s check, or surety bond, payable to the order of the Lakewood Water District, for an amount not less than five percent (5%) of the amount of such Bid. Such Bid Deposits must be enclosed within the sealed envelope at the time the Bid is submitted to the District. Checks shall be made payable to Lakewood Water District.
Bidders shall hold their bid prices for forty-five (45) calendar days after bid opening. Deposits of the three low Bidders will be retained until a contract has been entered into between the successful Bidder and the District. The selected Contractor, prior to commencing work, shall furnish a Performance and Payment Bond in an amount of not less than the total Contract Price including the estimated taxes, W-9 form, and Insurance Certificates and Endorsements. The successful Bidder shall be required to have a business license with the City of Lakewood. No payment shall be made to the selected Contractor until proof of such licensing is provided to the District.
The Owner, Lakewood Water District, reserves the right to reject any and all Bids, waive any irregularities or informalities and accept any bid if such action is believed to be in the best interest of the District. Each Bid shall be submitted on the prescribed forms included with the Contract Documents. All bidders must meet the requirements and include all parts listed in Section 00200 of the Bid Documents to be a qualified bidder.
Access to bidding information (Plans, specifications, addenda, bidders list, plan holders list, and Bid Forms) for this project is available through the “Lakewood Water District” on-line plan room. Free of charge access is provided to Prime Bidders, Subcontractors, and Vendors by going to: http://bxwa.com and clicking on: “Posted Project”; “Public Works”; “Lakewood Water District”; “Projects Bidding”. Bidders are encouraged to “Register” in order to receive automatic email notification of future addenda and be placed on the “Self-Registered Bidders List”. Bidders that do not register will not be automatically notified of addenda and will need to periodically check the on-line plan room for addenda issued for this project. This on-line plan room provides Bidders with fully usable on-line documents with the ability to: download, print to your own printer, order full/partial plan sets from numerous reprographic sources (on-line print order form), and a free on-line digitizer/take-off tool. Contact Builder’s Exchange of Washington at (425) 258-1303 should you require assistance.
The Lakewood Water District is an Equal Employment Opportunity employer. Minorities, women, and Pierce County small businesses are encouraged to participate. The Production Well G-4 Installation and Testing, Job #0892 is a Prevailing Wage project.
Questions concerning this request for bids may be directed to:
Shukri Sharabi, PE, LWD Project Manager
Lakewood Water District
Email: ssharabi@lakewoodwater.org
Telephone: 253-588-4423
Burt Clothier, Project Manager
Pacific Groundwater Group
Telephone: 360-413-1520
Email: Burt@pgwg.com
By G. Barton, Secretary
Lakewood Water District Board of Commissioners