You are here

Home » RFP K-3 Well Project

RFP K-3 Well Project

Lakewood Water District

RFP WELL K-3 PROJECT, Job #869

Notice is hereby given that sealed bids for the WELL K-3 PROJECT, Job #869, will be received by LAKEWOOD WATER DISTRICT until, but not after, 2:00 PM, Monday, April 1, 2024. Bids will be received via email at bids@lakewoodwater.org , in person, or mailed to the District offices located at 11900 Gravelly Lake Drive SW, Lakewood, WA 98499. Bids received by this time will be read on April 1, 2024, at 3:00 PM. At that time, bids will be opened, read, and publicly tabulated. The opening of Bids can be viewed and heard through a Microsoft Teams Live Event. To join the event, go to the District website at www.lakewoodwater.org  and click on the red banner containing the project name at the top of the home page. The banner will not be placed on the website until the morning of the bid opening. Bids received after the time fixed for opening will not be accepted.

Lakewood Water District (Owner) desires to drill, construct, and test a new production well at its Lake Street Wellfield located in Lakewood, Washington (Figure 1).

The project will be contracted and managed by the Owner. Mott MacDonald will be the project geologist (Geologist) and will represent the Owner with the drilling, design, construction, development, and testing of the well. The Owner will provide access to the site prior to mobilization. The Owner shall be responsible for site preparation, disposal of drill cuttings, and water disposal. Drilling water will be provided on-site via a standard garden hose fitting at one of the nearby wellhouses.

Drilling will be completed using cable-tool methods to complete the production well portion of the project (Schedule A). The selected well drilling contractor (Contractor) shall furnish all labor, equipment, and materials necessary to construct the new well in accordance with these Specifications.

Under Schedule A, the Contractor will be responsible for landing a minimum 16-inch diameter casing at the target depth of 600 feet, with final depth determined by the Geologist. Initial drilling will be with 24-inch diameter casing to approximately 150 feet. A 20-inch casing will be sealed into a non-water-bearing unit (silt/clay; confining unit) below the 24-inch shoe depth, and drilling will continue with a 16-inch casing. Seal material will be placed at the bottom of the 24-inch hole at the conclusion of the 20-inch drilling.

The proposed new well location is in an operating wellfield with two wells (Figure 1). Both wells are less than 600 feet deep. A representative well log is attached. The aquifer is highly transmissive, and the Owner is concerned about introducing turbidity into the aquifer. The wellfield will not be in use while penetrating this aquifer, but the Contractor should make every effort to minimize turbidity during the drilling of the aquifer zone.

The Contractor shall take precautions to prevent contamination from accidental spills of motor fuel, oil, grease, solvents, or other potential contaminants. The Contractor shall protect the surface and underground infrastructure along access routes and the well site and shall maintain clean sites and control litter during all phases of construction and testing. The wellfield is fenced, and the Contractor shall conform to site security measures established by the District.

All work and materials shall conform to Washington Administrative Code (WAC) Chapter 173-160, Minimum Standards for the Construction of Wells.

This project is funded through the Washington State Department of Ecology through the State Revolving Funds (SRF) Program with federal funds from the U.S. Environmental Protection Agency. General contractors and all subcontractors must meet SRF provisions and requirements, including the American Iron and Steel and Build America, Buy America Act requirements. Neither the State of Washington nor any of its departments or employees are, or shall be, a party to any contract or any subcontract resulting from this solicitation for bids.

The Successful bidder will be required to conform to the wage requirements prescribed by the federal Davis-Bacon and Relate Acts, which requires that all laborers and mechanics employed by contractors and subcontractors performing on contracts funded in whole or in part by SRF appropriations in excess of $2000 pay their laborers and mechanics not less than the prevailing wage rates and fringe benefits, and determined by the Secretary of Labor, for corresponding classes of laborers and mechanics employed on similar projects in the area.

Work will be performed on Unit Price and Lump Sum Bases with an estimated contract value for Schedule A of $505,290. This work shall be completed within 150 calendar days of the Notice to proceed.

It is highly recommended that all interested bidders attend the on-site pre-bid meeting and walk-through of the project on March 14, 2024, commencing promptly at 11:00 AM to discuss the construction and bidding process. This meeting will be held at the Lake Street Wellfield at 6333 Lake Avenue SW, Lakewood, WA.

Access to bidding information (Plans, specifications, addenda, bidders list, plan holders list, and Bid Forms) for this project is available directly through the Lakewood Water District. Due to the exclusive nature of the work for this project, this will be a bid by invitation only unless the Base Bid exceeds the Engineer’s Estimate. If the low Base Bid exceeds the Engineer’s Estimate, the District may opt to open the bid process to the public.

As a guarantee of good faith and as required by law, each Bid shall include a Bid Deposit in the form of cash, postal money order, certified check, cashier’s check, or surety bond, payable to the order of the Lakewood Water District, for an amount not less than five percent (5%) of the amount of such Bid. Such Bid Deposits must be enclosed within the sealed envelope at the time the Bid is submitted to the District. Checks shall be made payable to Lakewood Water District.

Bidders shall hold their bid prices for forty-five (45) calendar days after bid opening. Deposits of the three low Bidders will be retained until a contract has been entered into between the successful Bidder and the District. The selected Contractor, prior to commencing work, shall furnish a Performance and Payment Bond in an amount of not less than the total Contract Price, including the estimated taxes, W-9 form, and Insurance Certificates and Endorsements. The successful Bidder shall be required to have a business license with the City of Lakewood. No payment shall be made to the selected Contractor until proof of such licensing is provided to the District.

The Contractor agrees to perform the complete Contract work as specified, including corrections, finish and cleanup as follows: 1) Substantial completion of all work within 150 calendar days, beginning with the date given in the Notice to Proceed by the Lakewood Water District and 2) Completion of all work including corrective work as required by the District’s final inspection within 180 calendar days of the date given in the Notice to Proceed. Failure to complete the work within the specified completion times may result in the assessment of liquidated damages as set out in Section 00500 Agreement.

The Owner, Lakewood Water District, reserves the right to reject any and all Bids, waive any irregularities or informalities and accept any bid if such action is believed to be in the best interest of the District. Each Bid shall be submitted on the prescribed forms included with the Contract Documents. All bidders must meet the requirements and include all parts listed in Section 00200 of the Bid Documents to be a qualified bidder. The Engineer’s Estimate for this project is $505,290, including sales tax.

The Lakewood Water District is an Equal Employment Opportunity employer. Minorities, women, and Pierce County small businesses are encouraged to participate. https://omwbe.wa.gov/smallbusiness-assistance/bids-contracting-opportunities. The Well K-3 Project, Job #869 is a Prevailing Wage project.

Complete Bid package is available at www.lakewoodwater.org. 

Questions concerning this request for bids may be directed to:

Max Freimund, PE                                                 Burt Clothier, Project Manager
RH2 Engineering, Inc.                                           Mott MacDonald
Telephone: 206-498-7471                                      Telephone: 360-413-1520
Email: mfreimund@rh2.com                                 Email: Burt.Clothier@mottmac.com 

Closing Date: 
Monday, April 1, 2024
Organization: 
Lakewood Water District
Point of Contact: 
bids@lakewoodwater.org