City of Umatilla – CTUIR/COU Joint Pump and Pipeline Project – Temporary Water Supply

Bid/RFP Status: 
Closed - no longer accepting bids and proposals
Bid/RFP Due Date: 
Friday, April 28, 2023 - 1:00pm

INVITATION TO BID

Owner: City of Umatilla, Umatilla City Hall, 700 6th Street | PO Box 130, Umatilla, OR 97882

Project: CTUIR/COU Joint Pump and Pipeline Project – Temporary Water Supply

Sealed bids for the CTUIR/COU Joint Pump and Pipeline Project – Temporary Water Supply will be
received by The City of Umatilla at 700 6th Street, Umatilla, OR 97882 until 1:00 p.m., April 28, 2023 at
which time bids will be publicly read aloud. Within 2 working hours after the date and time designated for
bid opening, the Bidder’s shall submit to the City the First Tier Sub-Contractor’s Disclosure form. If a First
Tier Sub-Contractor Disclosure form is not received by 3:00 p.m. the bid will be considered Non-
Responsive. Proposals shall be clearly marked “CTUIR/COU Joint Pump and Pipeline Project – Temporary
Water Supply” showing the date and time of the bid opening, and shall be delivered to the City of Umatilla,
City Hall on or before the above bid time. No faxed or electronically submitted bids will be considered.

A voluntary Pre-Bid Conference will be convened April 18, 2023 at 1:00 p.m. at Umatilla City Hall, 700 6th
Street, Umatilla, OR 97882. Statements made by the Contracting Agency’s representatives at the Pre-Bid
Conference are not binding upon the Contracting Agency unless confirmed by written addendum.

Bids will be received for a single prime Contract. Bids shall be on a lump sum and unit price basis, as
indicated in the Bid Form. All bid proposals shall be in accordance with the Instructions to Bidders. Bid
approval by City Council is scheduled for the subsequent City Council meeting that occurs on the first
Tuesday of the month, beginning May 2, 2023 at 7:00 p.m. A pre-construction conference will be scheduled
following council approval.

Description of work:

The project proposes the construction of a temporary water supply system to deliver raw river water from
the existing CTUIR pipeline to a water treatment facility, constructed by others, south of Wanapa Road. The
work will include both permanent and temporary improvements. The permanent improvements include an
access road and tank pad, a pipe casing under Wanapa Road, and a standpipe on the existing CTUIR
pipeline. The temporary improvements include piping and appurtenances from the standpipe to the water
storage tank, the water storage tank, and piping and appurtenances from the water storage tank to a
connection point with the interim water treatment facilities being constructed by others.

Electronic copies of the bidding documents are available for purchase at http://www.questcdn.net upon
payment of $22 The QuestCDN project number is 8444169. All addenda will be issued electronically and
available for no extra cost at QuestCDN. Contract Documents must be purchased and submitted in
completion in order to be considered a Responsive Offer as Defined by OAR 137-046-0110(33).

The project is funded through City of Umatilla funds and as such Oregon Bureau of Labor and Industries
(BOLI) Wage Rates must be paid on this project. Contractor agrees to be bound by and will comply with the
provisions of 279C.840 or 40 U.S.C. 3141 to 3148.

Each bid must contain a statement as to whether the Bidder is a resident Bidder, as defined in ORS 279.120.
In determining the lowest responsible Bidder, City of Umatilla will, for the purpose of awarding the
Contract, add a percentage increase on the bid of a nonresident Bidder equal to the percentage, if any, of
the preference given to that Bidder in the state in which the Bidder resides.

Each proposal must be submitted on the prescribed form and accompanied by a bid bond payable to City of
Umatilla in an amount not less than ten percent (10%) of the amount bid.

The successful Bidder will be required to furnish separate Performance and Payment Bonds of one hundred
percent (100%) submitted on the prescribed forms for faithful performance of the Contract in the full
amount of the Contract price. The Surety issuing the bond must have an attorney-in-fact or a principal
doing business in the State of Oregon. This information must be included on the bond statement.

The Contracting Agency will not receive or consider an Offer for a Public Improvement Contract unless the
Offeror is registered with the Construction Contractors Board, or is licensed by the State Landscape
Contractors Board, as specified in OAR 137-049-0230.

Contractor shall not discriminate in obtaining required Sub-Contractor’s in accordance with ORS
279A.110(4). (See OAR 137-049-0440(3)).

The City of Umatilla reserves the right to reject any or all proposals not in compliance with all prescribed
Public Contracting procures and requirements, including the requirement to demonstrate the Bidder’s
responsibility under ORS 279C.375(3)(b). The City of Umatilla may also reject any or all proposals for good
cause, or any or all bids upon a finding of the Owner that it is in the public interest to do so, to postpone the
award of the Contract for a period not to exceed thirty (30) days, and to accept that proposal which is to the
best interests of City of Umatilla.

For information regarding this project, contact the contract administrators, J-U-B ENGINEERS, Inc. phone
(509) 783-2144, Cliff Woods, P.M.P.