RESERVOIR NO. 3 LANDSLIDE REMEDIATION AND SEISMIC UPGRADES

RIVERGROVE WATER DISTRICT RESERVOIR NO. 3 LANDSLIDE REMEDIATION AND SEISMIC UPGRADES Bids due: Jan. 23, 2020 @ 2:00 pm INVITATION TO BID Notice is hereby given that Sealed Bids for furnishing all materials, equipment, labor, and services for the Reservoir No. 3 Landslide Remediation and Seismic Upgrades will be physically received by DJ Ezell, Manager, Rivergrove Water District, 17661 Pilkington Road, Lake Oswego, Oregon 97035 until 2:00 p.m., local time, on the 23rd day of January 2020, at which time proposals will be publicly opened and read. Bids physically received after this time will not be considered. All bids received prior to the due date and time and in proper form will be publicly opened and read in the Rivergrove Water District’s office at the time set forth above as the deadline for receipt of bids, thereafter bid documents, shall be made available for public inspection. Bidders must submit a first-tier subcontractors disclosure list within two hours of the date and time for receipt of bids. Failure to submit the required first-tier subcontractors list within the required two hours of the date and time for the receipt of bids will disqualify the bidder from further consideration. This project is funded in whole or in part through the Safe Drinking Water Revolving Loan Fund. Special equal opportunity requirements imposed by that agency are contained in the bid documents, and bidders are cautioned to examine them carefully in preparing their bids. This project is public work and is subject to both Davis-Bacon Wage Determinations and Oregon prevailing wage rates in accordance with ORS 297C.800 through 279C.870. Pursuant to the 2014 Congressional appropriations bill for the Safe Drinking Water programs, none of the financing Proceeds may be used for any part of the Project unless all of the iron and steel products used in the Project are produced in the United States. Iron and steel products means the following products made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials. The Reservoir No. 3 Landslide Remediation and Seismic Upgrades project generally consists of the construction of a foundation expansion, including anchor bolts and chairs, and reservoir improvements to Reservoir No. 3, as well as water distribution system and reservoir site improvements necessary to prepare the system to allow Reservoir No. 3 to be taken offline for seismic and reservoir upgrades. Work associated with the proposed improvements has been divided into three schedules for convenience of design and construction only; all work for all schedules will be bid and award as a single contract. In general, Schedule A consists of site work required to prepare the site for construction, excavate and stabilize the slope behind the reservoir in advance of foundation improvements, and restore the site to its final condition after the foundation improvements have been completed. Work includes, but is not limited to site preparation, site restoration, removal of rock buttress, design and construction of soil nail slope stabilization, all other work required for landslide remediation and slope stabilization, and all other site and utility work not included in other schedules. Schedule B generally consists of distribution system improvements, including on-site and off-site distribution piping, intertie and pressure reducing station improvements, and pump station improvements that are necessary to facilitate taking the reservoir offline for construction of the reservoir improvements. Work includes, but is not limited to construction of electrical, control and mechanical upgrades at the Transfer Pump Station at Reservoir No. 3 site, construction of approximately 640 lineal feet of 10-inch restrained joint ductile iron water main between the Reservoir No. 3 and Reservoirs No. 1 and 2 site to replace the existing asbestos cement (AC) water main (work requires removal and disposal of AC pipe by Oregon Department of Environmental Quality licensed asbestos abatement contractors and certified asbestos workers); construction of two packaged pressure reducing valve (PRV) stations located in the vicinity of SW Childs Road and Bryant Road, and the vicinity of Centerwood Street and Arrowwood Avenue, installation of new isolation valve at Reservoir No. 1, installation of new isolation valve at SW Childs Road and 35th Place. Schedule B will also include all distribution system and pump station startup, testing, and commissioning. Schedule C generally consists of the reservoir improvements, including foundation improvements for seismic upgrade, reservoir mechanical improvements, and reservoir coatings and cathodic protection. Work includes, but is not limited to construction of foundation extension for Reservoir No. 3 including anchor bolts and chairs, reservoir yard and internal piping modifications, expansion joints, electronically actuated valve and seismic control system, installation of an impressed current cathodic protection system in Reservoir No. 3, installation of new overcoat on exterior of Reservoir No. 3, and inspection and recoat of select areas of the interior of Reservoir No. 3. Reservoir No. 3 is the only storage tank supplying the lower (and largest) pressure zone within the District’s water system. Construction of the work will special sequencing to ensure that Reservoir No. 3 remains operational at all times until such time as the distribution system improvements (Schedule B) have been completed. Work will require special sequencing to ensure that Reservoir No. 3 is operational during the District’s peak demand period. A MANDATORY pre-bid site walkthrough and meeting will be held at 10AM on Thursday, January 9, 2020; meet at the project site, the access to which is 3600 SW Olson Court, Lake Oswego, Oregon 97035. Plans may be examined at Rivergrove Water District Office, 17661 Pilkington Road, Lake Oswego, Oregon 97035. Complete digital contract documents are available at http://www.rh2.com under the Bidding tab. The complete digital contract documents may be downloaded for a $15.00 non-refundable fee by inputting the QuestCDN project #6623216 on the website. Please contact QuestCDN.com at 952-233-1632 or info@questcdn.com for assistance in free membership registration, downloading, and working with this digital project information. All prospective bidders must provide a valid e-mail address and be added to the Plan Holders List by downloading the documents from www.questcdn.com. Notification of Addenda issuance will be issued via e-mail to the addresses listed on the Plan Holders List. Contractors must be qualified in accordance with the applicable parts of ORS Chapter 279C in order to enter into a contract with the OWNER for public work in Oregon. Bidders are required to complete Section 00420, Statement of Bidder’s Qualifications. The Owner will investigate and determine the qualifications of the apparent low bidder as part of its evaluation of the lowest responsive and responsible bid. This project is a public works project subject to ORS 279C.800 – ORS 279C.870. 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.838 and 279C.840 pertaining to prevailing wages shall be included in this contract. Contractor licensing under ORS 468A.720 for asbestos abatement is 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 Rivergrove 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 Rivergrove Water District reserves the right to cancel this solicitation, reject any and 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 any and all bids upon the District’s finding that it is in the District’s or the public’s best interest to do so. The District reserves the right to waive informalities and to award a contract to the qualified lowest responsive and responsible bidder. Dated at the Rivergrove Water District Offices, Lake Oswego, Oregon, this 18th of December 2019. For more information regarding this project contact Kyle Pettibone, PE, RH2 Engineering, Inc., at 503.446.2816 or kpettibone@rh2.com. RIVERGROVE WATER DISTRICT DJ Ezell, Manager Published January 9, 2020 Lake Oswego Review. Published January 10, 2020 Business Tribune LOR147760

ad: 147760

Publication: Invitations To Bid

Section: Legals

Start Date: 2020/01/09

End Date: 2020/01/09

Owner: Rivergrove Water District

City: LAKE OSWEGO

County: Clackamas

Bid Date: 01/23/20

Bid Time: 2:00 PM