Rocky River HUD Road

Rocky River HUD Road

Status

Bidding Closed

Prebid Date3/6/24 11:00am

Bid Date3/19/24 10:30am

Company & Contacts

Thomas Dean & Hoskins Engineering
Harlan Engberg  

Location

Colville Confederated Tribes

Notice is hereby given that sealed bids will be received by the Colville Confederated Tribes

Department of Transportation Business Service Supervisor until 10:30 AM on March 19, 2024.

Bids shall be opened by the CCTDOT at 11:00 AM on March 19, 2024 and publicly read aloud.

A mandatory pre-bid conference will be held at 11:00 AM on Wednesday, March 6, 2024, at the

CCTDOT office.

Bid proposals may be sent by mail, or hand delivered, to the Business Service Supervisor at

Colville Confederated Tribes Department of Transportation, 23 Nespelem – San Poil Street,

Nespelem, WA 99155, prior to the opening. The envelope shall be plainly marked with

“SEALED BID for the Colville Confederated Tribes – Rocky River HUD – Roadway

Improvements Project” and shall clearly indicate the name and address of the bidder. The bid

opening will take place at the DOT Office, Colville Confederated Tribes Department of

Transportation, 23 Nespelem – San Poil Street, Nespelem, WA 99155. Proposals received

after the time fixed for opening will not be considered.

The improvements for which bid will be received are generally described below:

Includes approximately, 2,081 cubic yards of crushed surfacing, 1,630 tons of hot mix asphalt,

8,350 square yards of full depth reclamation, temporary traffic control, and related

miscellaneous items.

Bids must be completed on a unit price basis as indicated on the BID PROPOSAL, and the total

price shall be used for comparison of bids.

The owner reserves the right to waive any informalities, minor defects, or to reject any or all

bids.

All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check,

cashier’s check, or surety bond in the amount equal to five (5%) of the amount of such bid

proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory

performance bond within the same time stated in the specifications, the bid proposal deposit

shall be forfeited to the Colville Confederated Tribes Department of Transportation.

The Issuing Office for the Bidding Documents is: TD&H Engineering, 303 E. 2nd Avenue,

Spokane, WA,

(509) 622-2888, Harlan Engberg, P.E.,

(509) 622-2888,

harlan.engberg@tdhengineering.com.

Bidding Documents may be examined at Spokane Regional Plan Center; Northwest Association

of General Contractors; Associated Builders and Contractors; Seattle Daily Journal of

Commerce Plan Room; Builders Exchange of Washington; Wenatchee Plan Center; Tri-Cities

Plan Center; and Contractor Plan Center, Milwaukie, Oregon; online at www.tdhplanroom.com;

the Colville Confederated Tribes Department of Transportation, 23 Nespelem – San Poil Street,

Nespelem, WA, on Mondays through Thursdays between the hours of 8:00 a.m. – 4:00 p.m.;

and the office of the Engineer, TD&H Engineering, 303 E. 2nd Avenue, Spokane, WA, on

Mondays through Fridays between the hours of 8 a.m. – 5 p.m

Bidding Documents may be viewed and ordered online at www.tdhplanroom.com. Complete

sets of Bidding Documents may be downloaded from the Issuing Office’s website as “zipped”

portable document format (PDF) files. The cost of printed Bidding Documents from the Issuing

Office will depend on the number and size of the Drawings and Project Manual, applicable

taxes, and shipping method selected by the prospective Bidder. Cost of Bidding Documents and

shipping is non-refundable. Upon receipt of payment, printed Bidding Documents will be sent

via the prospective Bidder’s delivery method of choice; the shipping charge will depend on the

shipping method chosen. The date that the Bidding Documents are transmitted will be

considered the Bidder’s date of receipt of the Bidding Documents. Partial sets of the Bidding

Documents will not be available.

First

Tribal Tribune

Publication:

Monday, February 19, 2024

Second

Omak Chronicle

Publication:

Wednesday, February 21, 2024

TERO requirements apply:

a. Bid proposal shall include a TERO fee, which is 5% of total bid amount. All

contractors and subcontractors are required to obtain a Colville Tribal

Contractors License prior to submitting a bid. License shall be submitted with

bid proposal.

b. Call Colville Tribes TERO Office at 509-634-2716 for TERO Compliance and

License information.

Contact requirements:

a. All bidders shall be examined using Sam.gov in addition to other examinations

and requirements of this contract.

INFORMATION FOR BIDDERS

BIDS will be received by the Colville Confederated Tribes Department of Transportation (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. All proposal are confidential and become the

property of the Colville Tribes.

Each BID must be submitted in a sealed 9.5” X 12” envelope addressed to the Colville

Confederated Tribes Department of Transportation. Each sealed envelope containing a BID

must be plainly marked on the outside as BID for the Colville Confederated Tribes – Rocky

River HUD – Roadway Improvements Project. The envelope should bear on the outside the

name of the BIDDER, address, contractor registration number if applicable, date and time of bid

opening, 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 Agency provided 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 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 payment bond in the amount of 100 percent 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.

INFORMATION FOR BIDDERS

BIDS will be received by the Colville Confederated Tribes Department of Transportation (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. All proposal are confidential and become the

property of the Colville Tribes.

Each BID must be submitted in a sealed 9.5” X 12” envelope addressed to the Colville

Confederated Tribes Department of Transportation. Each sealed envelope containing a BID

must be plainly marked on the outside as BID for the Colville Confederated Tribes – Rocky

River HUD – Roadway Improvements Project. The envelope should bear on the outside the

name of the BIDDER, address, contractor registration number if applicable, date and time of bid

opening, 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 Agency provided 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 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 payment bond in the amount of 100 percent 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.