Malden Well 3 Drilling and Testing

Status

Bidding Closed

Prebid Date9/28/22 10:00am

Bid Date10/11/22 2:01pm

Company & Contacts

Thomas Dean & Hoskins Engineering
509-622-2888

Location

Malden, WA

INVITATION FOR BIDS

OWNER/LOCAL AGENCY:

Town of Malden, Washington

PROJECT:

Well 3 Drilling and Testing

Contract No: PE21-96103-000

ENGINEER:

TD&H Engineering

303 E. 2

nd

Avenue, Spokane, WA 99202

(509) 622-2888

Estimated Cost of Project: $400,000 - $450,000

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

(1) By mail to the office of the Clerk/Treasurer at P.O. Box 248, Malden, WA 99149, until 2:01:00

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 Malden.

(2)

In the office of Clerk-Treasurer, Town Hall, Town of Malden at the Town Hall, W 204

Moreland, Malden, Washington, until 2:01:00 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 October 11th, 2022. The bids will

be publicly opened and read after 2:01:00 P.M. on this date. Bidders are required a mandatory pre-bid meeting which will be held at 10:00 a.m. on Wednesday, September 28, 2022. Bidders should meet at Malden City Hall, 204 W. Moreland, Malden, Washington, followed by a tour of the project site.

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 Malden, W 204 Moreland, Malden, WA 99149 (509) 569-3771

2) TD&H Engineering, 303 E. 2

nd

Avenue, Spokane, WA 99202 (509) 622-2888

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

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

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

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

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

Contract documents are available at www.TDHplanroom.com and can be viewed and/or purchased

online. 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. The Planholders’

List is available at this website. Contact TD&H Engineering if you wish to be added to the

Planholders’ List. Prospective bidders shall make all requests for clarifications to Marissa Siemens, PE, 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:

The project consists of drilling and testing a new production well for the Town of Malden.

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 Malden, 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.

All work performed on this project will be subject to state prevailing wage rates.

The Town of Malden is an Equal Opportunity and Affirmative Action Employer. Small, Minority-

and Women-owned firms are encouraged to submit bids.

This project is funded through Washington State Public Works Board Program with state funds.

Contractors must be licensed to conduct business in Washington State.

First

The Whitman County Gazette

Publication

Thursday, August 25, 2022

Second

The Whitman County Gazette

Thursday, September 1, 2022

Publication INFORMATION FOR BIDDERS

BIDS will be received by the Town of Malden (herein called the “OWNER”) at the time and

location set forth in the Call for Bids herein before and then at said office publicly opened and

read aloud.

Each BID must be submitted in a sealed envelope addressed to the Town of Malden. Each sealed

envelope containing a BID must be plainly marked on the outside as BID for the Well 3 Drilling

and Testing. The envelope should bear on the outside the name of the BIDDER, address,

contractor registration number, and the name of the project for which the BID is submitted. If

forwarded by mail, the sealed envelope containing the BID must be enclosed in another envelope

addressed to the OWNER at the above address.

All BIDS must be made on the required PROPOSAL FORM. All blank spaces for BID prices must be

filled in, in ink or typewritten, and the PROPOSAL FORM must be fully completed and executed

when submitted. Only one copy of the PROPOSAL FORM is required.

Before submitting their proposal, the BIDDER shall examine the site of the work and review the

drawings and specifications including ADDENDA and ascertain for themselves the work required

and all of the physical conditions in relation thereto. Failure to take this precaution will not

release the successful BIDDER from entering into contracts nor excuse the BIDDER from

performing the work in strict accordance with the terms of the contract. No verbal statement

made by any officer, agent, or employee of the OWNER, in relation to the physical conditions

pertaining to the site of the work, will be binding on the OWNER during the gathering of

information for proposal preparation by the BIDDER. After BIDS have been submitted, the

BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK

or the nature of the WORK to be done.

The CONTRACT DOCUMENTS contain the provisions required for the construction of the

PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other

person shall not affect the risks or obligations assumed by the CONTRACTOR or relieve them from

fulfilling any of the conditions of the contract.

Each BID must be accompanied by a BID deposit payable to the OWNER for five percent (5%) of

the total amount of the BID. As soon as the BID prices have been compared, the OWNER will

return the deposits of all except the three lowest responsible BIDDERS. When the Agreement is

executed, the deposits of the two remaining unsuccessful BIDDERS will be returned. A certified

check may be used in lieu of a BID bond.

A performance and a payment bond in the amount of 100 percent (100%) of the CONTRACT

PRICE, with a corporate surety approved by the OWNER, will be required for the faithful

performance of the contract.

Attorneys-in-fact who sign bid bond and contract bonds must file with each bond a certified and

effective dated copy of their power of attorney.

CONTRACTOR shall not commence work until a NOTICE TO PROCEED has been issued by the

OWNER.

The OWNER may make such investigations as deemed necessary to determine the ability of the

BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information

and data for this purpose as the OWNER may request. The OWNER reserves the right to reject

any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER,

in the OWNER’S discretion, that such BIDDER is properly qualified to carry out the obligations of

the Agreement and to complete the WORK contemplated therein.

The party to whom the contract is awarded will be required to execute the Agreement and obtain

the contract payment and performance bond within ten (10) calendar days after the date on the

NOTICE OF AWARD. The NOTICE OF AWARD shall be accompanied by the necessary Agreement

and bond forms. In case of failure of the BIDDER to execute the Agreement, the OWNER reserves

the option to consider the BIDDER in default, in which case the BID deposit accompanying the

bid shall become the property of the OWNER.

A conditional or qualified BID will not be accepted.

Award of the bid is based on the lowest responsible bid for the highest order of Preference as

listed in Section 1-02.6 of the Special Provisions. Award will be made as a whole to one bidder.

Separate awards to more than one bidder will not be considered. The OWNER reserves the right

to reject all bids.

All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction

over construction of the project shall apply to the contract throughout.

Each BIDDER is responsible for inspecting the site and for reading and being thoroughly familiar

with the CONTRACT DOCUMENTS. The failure or omission of any BIDDER to do any of the

foregoing shall in no way relieve any BIDDER from any obligation in respect to its BID.

The apparent lowest responsible BIDDER must supply the names and addresses of all material

suppliers and subcontractors in accordance with Section 1-07.11.

The apparent lowest responsible BIDDER shall not use businesses (material suppliers, vendors,

subcontractors, etc.) with federal purchasing exclusions. Businesses with exclusions are

identified using the System for Award Management web page at www.SAM.gov in accordance

with Section 1-08.1.