Town of Lacrosse Main Ave and 2nd Street Sidewalk

Lacrosse Sidewalk

Status

Bidding Closed

Bid Date3/14/24 11:01am

Company & Contacts

Thomas Dean & Hoskins Engineering
Steven Marsh  

Location

Lacrosse, Washington

INVITATION TO BID

Town of LaCrosse

Main Avenue and 2

nd

Street Sidewalk

nd

2

Street from Main Avenue to Crystal Avenue Project

Notice is hereby given that sealed bids will be received by the Town of LaCrosse Clerk until 11:01 AM on

Thursday, March 14, 2024, at which time bids will be opened and publicly read aloud.

Bid proposals may be sent by mail, or hand delivered, to the Town Clerk at the Town of LaCrosse, Town

Hall, 107 S. Main Street, P.O. Box 228, LaCrosse, WA 99143, prior to the opening. The envelope shall be

plainly marked with “SEALED BID for the Town of LaCrosse – 2

nd

Street Sidewalks: Main Avenue to Crystal

Avenue Project” and shall clearly indicate the name and address of the bidder. The bid opening will take

place at the Town of LaCrosse, Town Hall, 107 S Main Street, LaCrosse, WA 99143. Proposals received after

the time fixed for opening will not be considered.

Brief Description of Work:

This project provides for the improvements of 2

nd

Street and Main Avenue. Work includes installing 7

catch basins, 1 stormwater manhole, 8 ADA ramps, approximately 150 SY of reinforced concrete

driveway, approximately 550 LF of curb, approximately 500 LF of curb and gutter, approximately 350 SY

of sidewalk, approximately 120 SY of concrete driveway, adjusting manhole covers and valve cans,

approximately 175 LF of 8-inch ductile iron storm pipe, approximately 270 LF of 12-inch PVC storm pipe,

approximately 150 LF of 12-inch C900 PVC storm pipe approximately, 60 LF of 8-inch PVC storm pipe,

pavement repair, landscape restoration, erosion control, traffic control, paint striping, and other

miscellaneous work, all in accordance with the attached Contract Plans, these Contract Provisions, and

the Standard Specifications.

Estimated Cost of Project: $450,000 - $550,000

Bids must be completed on a lump sum and 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 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 Town of LaCrosse.

Availability of Bidding Documents:

Contract bid documents may be examined at the following locations:

1) Town of LaCrosse, 107 S Main, LaCrosse, WA 99143 (509) 549-3330

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.

The Issuing Office for the Bidding Documents: TD&H Engineering. Prospective bidders shall make all

requests for clarifications to Steven Marsh, TD&H Engineering in writing at the above address or to

steven.marsh@tdhengineering.com. No verbal clarifications will be made.

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

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

Women-owned firms are encouraged to submit bids.

First

The Whitman County Gazette

Publication:

Thursday, February 22, 2024

Second

The Whitman County Gazette

Publication:

Thursday, February 29, 2024

INFORMATION FOR BIDDERS

This project is funded through the Washington State Transportation Improvement Board.

There are no MWBE set-aside requirements for this project.

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

forth in the Invitation to Bid 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 LaCrosse. Each sealed envelope

containing a BID must be plainly marked on the outside as BID for the Town of LaCrosse – Main Avenue

and 2

nd

Street Sidewalk 2

nd

Street from Main Avenue to Crystal Avenue Project. The envelope should

bear on the outside the name of the BIDDER, address, contractor registration number if applicable, 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 the physical

conditions in relation thereto. Failure to take this precaution will not release the successful BIDDER from

entering 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. Attorneysin-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 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 major material suppliers

and subcontractors when requested to do so by the OWNER.