Bid Advertisement: Industrial Wastewater Secondary Treatment

Proposals due: By 2:00 PM, April 25, 202

Envelopes must be sealed, plainly marked: "Industrial Wastewater Secondary Treatment", delivered to the attention of Mark Patton, Chief Operations Officer, and include the name and address of the bidder. The Port of Morrow (Owner) reserves the right to reject any or all bid proposals or cancel this solicitation in the best interests of the Owner.

Deliver bid proposals to:
Mark Patton, Chief Operations Officer
Port of Morrow
2 E Marine Drive
Boardman, OR 97818
markp [aat} portofmorrow {d0t] com (markp[at]portofmorrow[dot]com)

Refer all technical questions in writing to:
Austin Rambin, PE
Consor
One Columbia Street, Suite 1700
Portland, Oregon 97204
Phone:  503-225-9010
Email: austin {d0t] rambin [aat} consoreng {d0t] com (austin[dot]rambin[at]consoreng[dot]com)  
All questions must be received
by 5:00 PM, April 19, 2024

Refer all requests to receive Contract Documents and be placed on the bidder’s list by email to:
bids [aat} portofmorrow {d0t] com (bids[at]portofmorrow[dot]com)

SECTION 00 01 11 - INVITATION TO BID

Industrial Wastewater Secondary Treatment

Sealed proposals for the construction of Industrial Wastewater Secondary Treatment (Project) must be delivered to the Port of Morrow (Owner), 2 E Marine Drive, Boardman, OR 97818, and addressed to Mark Patton, Chief Operations Officer, no later than 2:00 PM, April 25, 2024. No bids will be received after 2:00 PM, April 25, 2024. Bidders must submit a first-tier subcontractors disclosure list within two hours of the date and time for the receipt of bids. Failure to submit the required first-tier subcontractors list within the required two hours of the date and time for receipt of bids will disqualify the bidder from further consideration. At 2:00 PM, April 25, 2024, in person and via a virtual meeting, bids will be publicly opened and read. The Owner reserves the right to change the date and time for opening bids. All bidders on the bidder’s list will receive an emailed invite to attend the virtual meeting.

The Project includes furnishing all labor, materials, and equipment necessary for the construction of an industrial wastewater secondary treatment facility with an average daily flow of 9 million-gallons-per-day (MGD) and future peak flow of 26 MGD. Project includes site piping and utilities; flow diversion structure; oxidation ditch flow split; oxidation ditch (three trains); mixed liquor flow split; four secondary clarifiers and two scum pump stations; RAS/WAS pump station; denitrifying filter; effluent pump station; utility water system; plant drain pump station; sludge holding tanks; solids building with dewatering equipment and an electrical room; solids pump building; cake storage area; carbon chemical feed building with pumps and tanks; alkalinity chemical feed system with pumps and tanks; control building with a lab, electrical room, and blower room; two electrical buildings; standby generator; SCADA system including electrical and fiber optic communications systems; and site improvements.    

This Project is anticipated to be funded by the United States Environmental Protection Agency (EPA)’s Water Infrastructure Finance and Innovation Act (WIFIA). As such, all work on this Project is subject to the Federal American Iron and Steel (AIS) requirements, as well as all other WIFIA requirements, except for the Build America, Buy America Act, for which Owner has obtained a waiver. Materials specified to be incorporated into this Project shall meet the AIS requirement of P.L. 113-76, Consolidated Appropriations Act, 2014. The Contractor awarded the Project shall adhere to all requirements stated within the Specifications and other WIFIA requirements. Each bid form shall include specific acknowledgment, in the space provided, of bidder’s understanding of the WIFIA funding requirements. Failure to so acknowledge may result in the bid being rejected as not responsive.

A MANDATORY pre-bid meeting will be held on April 11, 2024 beginning at 10:00 AM at the Owner’s Riverfront Center, 2 E Marine Drive, Boardman, OR 97818. The meeting will include a visit to the Project site where the proposed treatment facility will be constructed.

Copies of the Bid and Contract Documents for the Project may be obtained electronically only. Electronic copies are free of charge and may be obtained by contacting the Owner by email at bids [aat} portofmorrow {d0t] com (bids[at]portofmorrow[dot]com ).  Bidders must provide contact name, company name, contact information (i.e., mailing address, email address, and phone number) to be placed on the bidder’s list to receive a link to the filesharing site where they may download the Contract Documents, and receive notifications regarding any addenda. Addenda are part of the contract documents. Addenda notifications will be e-mailed by the Owner to the bidders as a courtesy only; it is the responsibility of each bidder to ensure the bidder has received a copy of all addenda that have been issued and posted to the filesharing site. Each bid form shall include specific acknowledgment, in the space provided, of receipt of all addenda issued by the Owner during the bidding period. Failure to so acknowledge may result in the bid being rejected as not responsive.

The Project is a public works project as defined in ORS 279C. Oregon Prevailing Wage Rates and Davis-Bacon Wage Rates will apply for this Project.  Bidders shall comply with the requirements of those statutes.

The Owner reserves the right to reject any and all bids not in compliance with all prescribed public bidding procedures and requirements and to reject for good cause any or all bids upon a finding of the agency that it is in the public interest to do so. Bidders are responsible for all of their costs incurred in preparing and submitting a bid.

Bidders must be qualified by the State of Oregon Construction Contractors Board, hold all other necessary licenses, and be qualified in accordance with the applicable portions of ORS 279C in order to enter into a contract with the Owner for a public works project in Oregon.

PORT OF MORROW
Mark Patton, Chief Operations Officer
Dated: March 19, 2024

BID PROPOSAL INSTRUCTIONS AND PROJECT SCHEDULE

Bid Proposal Title: Industrial Wastewater Secondary Treatment

SCHEDULE OF EVENTS:

Release Invitation to Bid documents March 19, 2024
Mandatory Pre-bid Meeting  April 11, 2024, at 10:00 AM
Deadline to Ask Project Questions April 19, 2024, at 5:00 PM
Deadline for Proposal Submission April 25, 2024, at 2:00 PM
Bid Opening April 25, 2024, at 2:00 PM
Deadline for First Tier Subcontractor Disclosure Form April 25, 2024, at 4:00 PM
Owner Scoring May 6, 2024 (tentative)
Notice of Award Distributed May 6, 2024 (tentative)
Owner Board Contract Authorization May 13, 2024 (tentative)
Commencement of Contract May 20, 2024 (tentative)
Commencement of Project (Notice to Proceed) May 27, 2024
Substantial Completion of Project June 1, 2025
Completion of Project July 1, 2025

Owner reserves the right to modify this schedule of events at any time in the best interests of the Owner. Any changes to the schedule occurring before bid opening will be issued within an addendum.

Bid/RFP Due Date