Similar Projects
Power City and Brownell Area Water Design and Construction - City of Umatilla
Infrastructure
Conception
$8,086,500 CJ est. value
Umatilla, OR 97882

Power City and Brownell Area Water Design and Construction - City of Umatilla
Infrastructure
Conception
$8,086,500 CJ est. value
Umatilla, OR 97882

US 730/4.4 Miles N of Oregon Border - Rockfall Prevention
Infrastructure
Design
$2,721,000 CJ est. value
McNary, OR 97882

Eastern Oregon variable message signs
Infrastructure
Design
$1,069,175 CJ est. value
Pendleton, OR 97801

CTUIR/COU Joint Pump and Pipeline Project - Temporary Water Supply
Infrastructure
Bidding
$1,800,000 CJ est. value
Umatilla, OR 97882

CTUIR/COU Joint Pump and Pipeline Project - Temporary Water Supply
Infrastructure
Bidding
$1,800,000 CJ est. value
Umatilla, OR 97882

McNary Drainage, Unwatering, and Equalization System Rehab
Renovation
Post-Bid
$5,000,000 to $10,000,000 est. value
Umatilla, OR 97882

Mcnary Navigation Lock Downstream Gate Gudgeon Anchor Replacement
Renovation
Post-Bid
$5,000,000 to $10,000,000 est. value
Umatilla, OR 97882

Nixyaawii One
Infrastructure
Results
$4,000,000 est. value
Pendleton, OR

Lift Station No. 6 Reconstruction - 2022
Renovation
Results
$620,000 est. value
Hermiston, OR

Airport Reservoir and Booster Pump Station Project
Renovation
Construction
$12,000,000 est. value
Pendleton, OR 97801

South Hill Commons - New Multi-family Affordable Housing Project
New Construction, Infrastructure - 172,202 SF
Construction
$47,000,000 CJ est. value
Pendleton, OR 97801

Sterling Ridge Apartments
New Construction, Infrastructure
Pending Verification
$15,000,000 CJ est. value
Hermiston, OR 97838

Horizon Project
New Construction, Infrastructure
Pending Verification
$5,000,000 CJ est. value
Hermiston, OR 97838

New Career Technical Education Building - 2022 Bond - Umatilla School District
Addition, Demolition, New Construction, Infrastructure
Conception
$45,200,000 CJ est. value
Umatilla, OR 97882

Last Updated 04/26/2023 04:13 PM
Project Title

McNary Waste Water Upgrade and Connection to City of Umatilla Sewer System

Physical Address View project details and contacts
City, State (County) Umatilla, OR 97882   (Umatilla County)
Category(s) Heavy and Highway, Sewer and Water
Sub-Category(s) Dam/Tunnel, Lift and Pump Stations, Sewage Treatment Plant, Site Development, Water Lines
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected June 2022
Bids Due View project details and contacts
Estimated Value $3,055,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Apr 28, 2022 Contract Award Number: W912EF22C0006 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: HAETKMNJUXD1 Contractor Awarded Name: Crestline Construction Company, L.L.C. Contractor Awarded Address: The Dalles, OR 97058-3577 USA Base and All Options Value (Total Contract Value): $3055000.00 3/21/2022 Amendment 1 is forthcoming. Please use this updated bidder inquiry key in Projnet.org to submit questions. G8RC98-U2BPZA PROJECT TITLE: MNA Waste Water Upgrade and Connection to City of Umatilla Sewer System PROJECT LOCATION: Umatilla, OR This contract action will proceed as full and open competition. The Contractor shall provide all labor, supervision, equipment, and materials necessary to complete the McNary Wastewater Upgrade. The scope of this effort includes general construction services including, but not limited to, demolition, excavation, electrical, installation of approximately 6,850 linear feet of sew er pipe, installation of three (3) manholes, installation of three (3) lift stations, grading, and installation of a prefabricated shelter. NAICS Code is 237110 Water and Sewer Line and Related Structures Construction IAW FAR 36.204, the magnitude of this construction project is between $1,000,000.00 and $5,000,000.00 Construction Project Title: McNary Dam Waste Water Upgrade and Connection to City of Umatilla Sewer System- Previously solicited under W912EF21B0006. McNary Dam is located on the Columbia River near the town of Umatilla, Oregon. The construction magnitude is estimated between $1,000,000 and $5,000,000. Performance and payment bonds will be required as identified in the solicitation. The North American Industry Classification System (NAICS) code for this project is 237110 Water and Sewer Line and Related Structures Construction and the associated small business size standard is $39,500,000. Competition for this solicitation is full and open. Solicitation number W912EF22B0001 will be posted to the www.sam.gov Contract Opportunities website sometime in January 2022. The bid due date will be contained in the solicitation and any solicitation amendments that may be used. Anticipated Solicitation is Late January 2022 Anticipated award date is Late March 2022. The solicitation will be an Invitation for bid (IFB). Important Note: The sam.gov Contract Opportunities Response Date listed elsewhere in this synopsis is for sam.gov archive purposes only. It does not necessarily reflect the actual bid opening date. There is no response date included in this notice. The bid due date and time will be contained in the solicitation and any solicitation amendments that are issued. When available, the solicitation documents for this project will be available via the sam.gov https://www.sam.gov. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to the sam.gov, open the full notice, and select the "Follow" link above the header of the notice. All interested and qualified business firms are invited to submit a bid in accordance with the requirements of the solicitation. Scope of Work: McNary Lock and Dam (McNary) is located on the Columbia River, near the town of Umatilla, Oregon. McNary Dam has approximately 140 full time employees, several contractors, and recreational visitors that range from 20-300 people in a day. Because of the fluctuation in population at the dam, it is important to have a system that can handle surges in wastewater treatment. This project will abandon the McNary Dam and Juvenile Fish Facility drainfield and replace it with two lift stations that connects to the City of Umatilla sewer line located near Scaplehorn Road. The wastewater lift stations will require wastewater receiving well (wet-well), often equipped with a screen or grinder pump to remove coarse materials; pumps and piping with associated valves; motors; a power supply system; an equipment control and alarm system; and an odor control and ventilation system. The scope of work will require, but not be limited to, the following: Utility location along proposed alignment. Construction staking of proposed alignment. Provide all equipment and components identified in the design contract. Trenching and earthwork to install wastewater piping and lift stations. Provide redundant 480V power or uninterrupted power supply (UPS) to new lift stations. Provide new conduits and pull power and control wires to new lift stations. Provide new low voltage power distribution panels, 480V/120V transformer, 120V luminaires and receptacles for new lift stations. The Control philosophy will include fully functional manual and automated PLC with UPS to the control system. Pump controls will be designed and configured as Lead/Lag operation. Provide alarm annunciator in the operator room as well as local warning beacon/strobe light to indicate an alarm condition is present. Electrical panels and equipment shall be rated NEMA 4X at minimum. Provide redundant Wet Well level sensors. Abandonment of current wastewater tank and/or drain field in accordance with OAR 340-071. Pavement repair and replacement. Temporary traffic control. The on-site sewage system (OSS) installer shall be a contractor registered with the State of Oregon to perform the work and shall have obtained an installer's license from the Umatilla County Health District to install OSS systems or components in Umatilla County. Connection of proposed system to identified locations and/or stub outs for future connections. Coordinate with the City of Umatilla to connect to the force main on Scaplehorn Road. Commission new lift stations, control panels and all other appurtenances. The period of performance will be approximately 260 calendar days after receipt of Notice to Proceed. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). The Contractor will be responsible for establishing and managing an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, the Contractor will be required to develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1. A Site Safety and Health Officer (SSHO) employed by the prime contractor shall be required for each shift of the contractor's on-site operations. The SSHO shall possess a minimum of 5-years' experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last 5-years, and shall have completed at least 24-hours of formal safety training each year for the past 5-years. The Contractor will be responsible for establishing and managing an effective Contractor Quality Control (CQC) System that will require the development and submission of a comprehensive project specific CQC Plan for Government acceptance. A CQC System Manager employed by the prime contractor shall be required to be on-site for each shift of the Contractor's operations. The CQC System Manager must possess a minimum of 5-years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site. In addition, the CQC System Manager shall have completed the course entitled "Construction Quality Management for Contractors" within the last 5-years. The Contractor will be required to use the Government-furnished Construction Contractor Module (referred to as QCS) of the Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period. QCS is a Windows-based program that can be run on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor after contract award. The project will involve the development and management of Contractor furnished submittals for items such as pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract. Miscellaneous work within the project includes the delivery of As-Built Drawings. The period of performance will be approximately 260 calendar days after receipt of Notice to Proceed. Pre-Bid Site Visit: A site visit will be offered approximately 1 1/2 -2 weeks after the solicitation is made available to offerors. See solicitation for details about the site visit. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires approximately 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to jani.c.long@usace.army.mil and to leanne.r.walling@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. MBE (3.8%), WBE (6.9%)

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Fabrications.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection.
Division 08 - Openings, Doors and Frames, Windows, Hardware.
Division 09 - Finishes, Painting and Coating.
Division 10 - Specialties, Signage, Compartments and Cubicles, Toilet, Bath, and Laundry Accessories, Emergency Aid Specialties, Fire Protection Specialties, Fire Extinguishers, Storage Specialties, Storage Assemblies.
Division 11 - Equipment, Laboratory Equipment.
Division 12 - Furnishings.
Division 14 - Conveying Equipment, Scaffolding.
Division 21 - Fire Suppression, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Systems, Distributed Audio-Video Communications Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Access Control, Intrusion Detection, Electronic Surveillance, Electronic Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Excavation and Fill, Subgrade Preparation, Excavation, Earthwork Methods, Shoring, Tunneling and Mining, Tunnel Excavation.
Division 32 - Exterior Improvements, Flexible Paving, Rigid Paving, Curbs, Gutters, Sidewalks, and Driveways, Fences and Gates, Turf and Grasses.
Division 33 - Utilities, Common Work Results for Utilities, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Water Utility Pumping Stations, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, Sanitary Sewerage Utilities, Sanitary Utility Sewerage Piping, Wastewater Utility Pumping Stations, Sanitary Utility Sewerage Force Mains, Sanitary Utility Sewerage Structures, Storm Drainage Utilities, Electrical Utilities, Communications Utilities.
Division 35 - Waterway and Marine Construction, Dam Construction and Equipment.
Division 40 - Process Integration, Water Process Piping.
Division 44 - Pollution and Waste Control Equipment, Common Work Results for Pollution and Waste Control Equipment, Air Pollution Control, Noise Pollution Control, Odor Control, Water Pollution Control Equipment, Solid Waste Control and Reuse, Waste Thermal Processing Equipment, Fluidized Bed Combustion Equipment, Rotary Kiln Incinerators, Pyrolysis Equipment, Hazardous Waste and Medical Waste Incinerators, Heat Recovery Equipment for Waste Thermal Processing, Synthesis Gas Cleanup and Handling Equipment.
Division 45 - Industry-Specific Manufacturing Equipment.
Division 46 - Water and Wastewater Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents