Saturday, May 04, 2024
58.0°F

CALL FOR BIDS

| January 14, 2010 8:00 PM

CITY OF EPHRATA

CITY-WIDE WATER AND ROADWAY IMPROVEMENTS, PHASE 3

ENGINEER'S ESTIMATE $2,200,000.00

Sealed Proposals will be received by the undersigned at the City of Ephrata, 121 Alder Street SW, Ephrata, WA 98828, up to 2:00 pm local time on February 3, 2010 for furnishing the necessary labor, materials, equipment, tools, and guarantees thereof to construct City-Wide Water and Roadway Improvements, Phase III.

This maintenance project will replace the majority of aging waterlines located in the southeast quadrant of the City of Ephrata. The streets in which the waterlines are located will be pulverized and paved with HMA. The Plans and Specifications provide a basis from which the maintenance work may be laid out and constructed. The Contracting Agency will serve as the Engineer. The Contractor shall provide all construction staking. Waterline locations are indicated on the Plans as general offset dimensions from the existing road centerline and a typical depth of cover.

This Contract provides for furnishing and installing (approximately) 8,600 linear feet of 8?inch-diameter PVC water main, 5,000 linear feet of 12-inch diameter PVC water main, 34 hydrants, 324 service pipes and connections, 1,630 linear feet curb and gutter, 62,800 square yards of bituminous pavement pulverization, grading and compaction of pulverized materials, and 10,000 tons of hot mix asphalt pavement, 35 monuments and all appurtenances all in accordance with the Contract Documents.

The work is divided into the following schedules:

  • Schedule A: Road Improvements
  • Schedule B: Water Improvements

It is the intent of the Contracting Agency to award this project based on the lowest responsive, responsible bid received. Bidders shall note that the Project shall be bid in its entirety in order to be considered a responsive, responsible bid. Bids will be evaluated based on the Bidder's qualifications, bids tendered, and monies available. The low bidder for purposes of award shall be the lowest responsive, responsible bidder offering the low aggregate amount for Schedule A and Schedule B.

The Work shall be substantially complete within 120 working days after the commencement date stated in the Notice to Proceed. All bidding and construction is to be performed in compliance with the Contract Provisions and Contract Plans for this project and any addenda issued thereto that are on file at the office of the City of Ephrata, Washington.

The Proposals will be publicly opened and read aloud shortly after the time and date stated above. Proposals are to be submitted only on the form provided with the Contract Provisions. All Proposals must be accompanied by a certified check, cashiers check, money order, or bid bond payable to the "City of Ephrata" and in an amount of not less than five percent (5%) of the total amount bid.

Contract Provisions and Contract Plans may be examined at City Hall of the City of Ephrata, local plan centers in the project area, or the office of the Project Engineer, Gray & Osborne, Inc., (Seattle at 701 Dexter Avenue North, Suite 200, Yakima at 107 South 3rd Street or Olympia at 2102 Carriage Drive SW, Bldg. I). A copy of the Contract Provisions and Contract Plans may be obtained, free of charge, in electronic format (PDF on compact disk(s)) along with registration as a planholder only at the Yakima office of the Project Engineer, Gray & Osborne, Inc., 107 South Third Street, Yakima, WA 98901, (509) 453-4833). Registration as a planholder is required to obtain Contract Addenda. A list of planholders will be made available, by request, through the Project Engineer's office, via the U.S. mail.

Financing of the Project has been provided by City of Ephrata, Washington and Public Works Trust Fund. The City of Ephrata expressly reserves the right to reject any or all Proposals and to waive minor irregularities or informalities and to Award the Project to the lowest responsive, responsible bidder as it best serves the interests of the City.

(Signed) LESLIE TRACHSLER

CITY CLERK

#01026/822621

Pub.: January 14 & 21, 2010

Request for Proposals for Asbestos/Lead Based Paint and Radon Survey #430-2959

The Public Utility District No. 2 of Grant County, Washington is requesting Proposals to be submitted for Professional Services for Environmental Risk Assessment of Wanapum Village Rental Houses and Multiple Buildings for Asbestos, Lead-Based Paint and Radon Gas.

Firms must meet a minimum set of qualifications in order to be considered for evaluation. These qualifications are:

  • Must have a license to do business in the State of Washington.
  • Must agree with the terms and conditions of the draft contract contained in the RFP.
  • Must be a certified asbestos inspector in accordance with Washington Administration Code (WAC) 296-62.

All necessary information concerning the instructions for preparing proposals is located on the District's contracting eBid website at www.ebidexchange.com/gcpud/, RFP #430-2959. Proposals must be received no later than 2:30 p.m. on January 28, 2010.

PUBLIC UTILITY DISTRICT NO. 2

OF GRANT COUNTY, WASHINGTON

By: Rebecca Henricks

Sr. Contract Officer

#01027/823594

Pub.: January 14, 2010