Skip to content
Clackamas County

BID 2026-11 Bolton Force Main CIPP Lining Project

Solicitation: Not available
Notice ID: state_or_oregonbuys__S-C01010-00016022

Federal opportunity from C0101017 - Water Environment Services | C0101 - WES • Clackamas County. Place of performance: OR. Response deadline: Mar 19, 2026.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$546,655,675
Sector total $546,655,675 • Share 100.0%
Live
Median
$97,181
P10–P90
$33,967$992,402
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($546,655,675)
Deal sizing
$97,181 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on official portal →
Map for OR
Live POP
Place of performance
Tralee Whitley 2051 Kaen Rd STE 490 Oregon City, OR 97045 US Email: Phone: (503) 742-5453
State: OR
Contracting office
Not listed

Point of Contact

Not available

Agency & Office

Department
Clackamas County
Agency
C0101017 - Water Environment Services | C0101 - WES
Subagency
C0101017 - Water Environment Services | C0101 - WES
Office
Tralee Whitley | Phone: | (503) 742-5453
Contracting Office Address
Not available

Description

BID 2026-11 Bolton Force Main CIPP Lining Project Bolton Force Main CIPP Lining Clackamas Contract Form B-1 (1/2026) CLA CKAMAS COUNTY NOTICE OF PUBLIC IMPROVEMENT CONTRACT OPPORTUNITY INVITATION TO BID #2026-11 Bolton Force Main CIPP Lining Project February 12, 2026 Clackamas County (“County”) on behalf of Water Environment Services through their Board of County Commissioners is accepting sealed bids for the Bolton Force Main CIPP Lining Project until March 19, 2026, 2:00 PM, Pacific Time, (“Bid Closing”) at the following location: Bidding Documents can be downloaded from the state of Oregon procurement website (“OregonBuys”) at the following address: https://oregonbuys.gov/bso/view/login/login.xhtml, Document No.S- C01010-00016022. Prospective Bidders will need to sign in to download the information and that information will be accumulated for a Plan Holder's List. Prospective Bidders are responsible for obtaining any Addenda from Website listed above. Submitting Proposals: Bid Locker Proposals will only be accepted electronically thru a secure online bid submission service, Bid Locker. Email submissions to Clackamas County email addresses will no longer be accepted. A. C ompleted proposal documents must arrive electronically via Bid Locker located at https://bidlocker.us/a/clackamascounty/BidLocker. B. Bid Locker will electronically document the date and time of all submissions. Completed doc uments must arrive by the deadline indicated in Section 1 or as modified by Addendum. LATE PROPOSALS WILL NOT BE ACCEPTED. C. Proposers must register and create a profile for their business with Bid Locker in order to submit for this project. It is free to register for Bid Locker. D. P roposers with further questions concerning Bid Locker may review the Vendor’s Guide located at https://www.clackamas.us/how-to-bid-on-county-projects . En gineers Estimate: $1,750,000.00 C ontact Information Procurement Process and Technical Questions: Tralee Whitley at TWhitley@clackamas.us . B ids will be opened and publicly read aloud at the above Delivery address after the Bid Closing. Bid results will also be posted to the OregonBuys listing shortly after the opening. Pr evailing Wage Prevailing Wage Rates requirements apply to this Project because the maximum compensation for all Owner-contracted Work is more than $50,000. Contractor and all subcontractors shall comply with the provisions of ORS 279C.800 through 279C.870, relative to Prevailing Wage Rates. The Bureau of Labor and Industries (BOLI) wage rates and requirements set forth in the following BOLI booklet (and any listed amendments to that booklet), which are incorporated herein by reference, apply to the Work authorized under this Agreement: PREVAILING WAGE RATES for Public Works Contracts in Oregon, January 5, 2026, which can be downloaded at the following web address: http://www.oregon.gov/boli/WHD/PWR/Pages/pwr_state.aspx The Work will take place in Clackamas County, Oregon. C lackamas County encourages bids from Minority, Women, and Emerging Small Businesses. Clackamas Contract Form B-2 (5/2019) CLACKAMAS COUNTY PUBLIC IMPROVEMENT CONTRACT OPPORTUNITY Table of Contents Section B-1………………………………............ Notice of Public Improvement Contract Opportunity Section B-2……………………………………… Instructions to Bidders Section B-3……………………………………… Supplemental Instructions to Bidders Section B-4……………………………………… Bid Bond Section B-5……………………………………… Bid Form Section B-6……………………………………… Public Improvement Contract Section B-7……………………………………… Supplemental General Conditions Section B-8……………………………………… General Conditions Section B-9……………………………………… Performance Bond Section B-10…………………………………….. Payment Bond Section B-11…………………………………….. Project Information, Plans, Specifications and Drawings Clackamas Contract Form B-2 (5/2019) CLACKAMAS COUNTY PUBLIC IMPROVEMENT CONTRACT INSTRUCTIONS TO BIDDERS Clackamas County Local Contract Review Board Rules (“LCRB Rules”) govern this procurement process. LCRB Rules may be found at: http://www.clackamas.us/code/documents/appendi xc.pdf. The Instructions to Bidders is applicable to the procurement process for Clackamas County, or any component unit thereof identified on the Notice of Public Improvement Contract Opportunity, herein after referred to as the “Owner.” Article 1. Scope of Work The work contemplated under this contract with the Owner, includes all labor, materials, transportation, equipment and services necessary for, and reasonably incidental to, the completion of all construction work in connection with the project described in the Project Manual which includes, but is not necessarily limited to, the Notice of Public Improvement Contract Opportunity, Instructions to Bidders, Supplemental Instructions to Bidders, Bid Form, Bid Bond, Public Improvement Contract Form, Performance Bond, Payment Bond, Clackamas County General Conditions for Public Improvement Contracts (10/13/2021), Supplemental General Conditions, and Plans, Specifications and Drawings. Article 2. Examination of Site and Conditions Before making a Bid, the Bidder shall examine the site of the work and ascertain all the physical conditions in relation thereto. The Bidder shall also make a careful examination of the Project Manual including the plans, specifications, and drawings and other contract documents, and shall be fully informed as to the quality and quantity of materials and the sources of supply of the materials. Failure to take these steps will not release the successful Bidder from entering into the contract nor excuse the Bidder from performing the work in strict accordance with the terms of the contract at the price established by the Bid. The Owner will not be responsible for any loss or for any unanticipated costs, which may be suffered by the successful Bidder, as a result of such Bidder's failure to be fully informed in advance with regard to all conditions pertaining to the work and the character of the work required, including site conditions. No statement made by an elected official, officer, agent, or employee of the Owner in relation to the physical or other conditions pertaining to the site of the work will be binding on the Owner, unless covered by the Project Manual or an Addendum. Article 3. Interpretation of Project Manual and Approval of Materials Equal to Those Provided in the Specifications If any Bidder contemplating submitting a Bid for the proposed contract is in doubt as to the true meaning of any part of the plans, specifications or forms of contract documents, or detects discrepancies or omissions, such Bidder may submit to the Architect (read "Engineer" throughout in lieu of Architect as appropriate) a written request for an interpretation thereof at least ten (10) calendar days prior to the date set for the Bid Closing. When a prospective Bidder seeks approval of a particular manufacturer's material, process or item of equal value, utility or merit other than that designated by the Architect in the Project Manual, the Bidder may submit to the Architect a written request for approval of such substitute at least ten (10) calendar days prior to the date set for the Bid Closing. The prospective Bidder submitting the request will be responsible for its prompt delivery. Requests of approval for a substitution from that specified shall be accompanied by samples, records of performance, certified copies of tests by Clackamas Contract Form B-2 (5/2019) impartial and recognized laboratories, and such other information as the Architect may request. To establish a basis of quality, certain processes, types of machinery and equipment or kinds of materials may be specified in the Project Manual either by description of process or by designating a manufacturer by name and referring to a brand or product designation or by specifying a kind of material. Whenever a process is designated or a manufacturer's name, brand or item designation is given, or whenever a process or material covered by patent is designated or described, it shall be understood that the words "or approved equal" follow such name, designation or description, whether in fact they do so or not. Any interpretation of the Project Manual or approval of manufacturer's material will be made only by an Addendum duly issued. All Addenda will be posted to the OregonBuys listing and will become a part of the Project Manual. The Owner will not be responsible for any other explanation or interpretation of the Project Manual nor for any other approval of a particular manufacturer's process or item for any Bidder. When the Architect approves a substitution by Addendum, it is with the understanding that the Contractor guarantees the substituted article or material to be equal or better than the one specified. Article 4. Security to Be Furnished by Each Bidder Each Bid must be accompanied by either 1) a cashier's check or a certified check drawn on a bank authorized to do business in the State of Oregon, or 2) a Bid bond described hereinafter, executed in favor of the Owner, for an amount equal to ten percent (10%) of the total amount Bid as a guarantee that, if awarded the contract, the Bidder will execute the contract and provide a performance bond and payment bond as required. The successful Bidder's check or Bid bond will be retained until the Bidder has entered into a contract satisfactory to Owner and furnished a one hundred percent (100%) performance bond and one hundred percent (100%) payment bond. The Owner reserves the right to hold the Bid security as described in Article 10 hereof. Should the successful Bidder fail to execute and deliver the contract as provided for in Article 12 hereof, including a satisfactory performance bond and payment bond within twenty (20) calendar days after the Bid has been accepted by the Owner, then the contract award made to such Bidder may be considered canceled and the Bid security may be forfeited as liquidated damages at the option of the Owner. The date of the acceptance of the Bid and the award of the contract as contemplated by the Project Manual shall mean the date of acceptance specified in the Notice of Intent to Award. Article 5. Execution of Bid Bond Should the Bidder elect to utilize a Bid bond as described in Article 4 in order to satisfy the Bid security requirements, such form must be completed in the following manner: A. Bid bonds must be executed on the County forms, which will be provided to all prospective Bidders by the Owner. B. The Bid bond shall be executed on behalf of a bonding company licensed to do business in the State of Oregon. C. In the case of a sole individual, the bond need only be executed as principal by the sole individual. In the case of a partnership, the bond must be executed by at least one of the partners. In the case of a corporation, the bond must be executed by stating the official name of the corporation under which is placed the signature of an officer authorized to sign on behalf of the corporation followed by such person's official capacity, such as president, etc. The corporation seal should then be affixed to the bond. D. The name of the surety must be stated in the execution over the signature of its duly authorized attorney-in-fact and accompanied by the seal of the surety corporation. Clackamas Contract Form B-2 (5/2019) Article 6. Execution of the Bid Form Each Bid shall be made in accordance with: (i) the sample Bid Form accompanying these instructions; (ii) the appropriate signatures for a sole individual, partnership, corporation or limited liability corporation shall be added as noted in Article 5C above; (iii) numbers pertaining to base Bids shall be stated both in writing and in figures; and (iv) the Bidder's address shall be typed or printed. The Bid Form relates to Bids on a specific Project Manual. Only the amounts and information asked for on the Bid Form furnished will be considered as the Bid. Each Bidder shall Bid upon the work exactly as specified and provided in the Bid Form. The Bidder shall include in the Bid a sum to cover the cost of all items contemplated by the Contract. The Bidder shall Bid upon all alternates that may be indicated on the Bid Form. When Bidding on an alternate for which there is no charge, the Bidder shall write the words "No Charge" in the space provided on the Bid Form. If one or more alternates are shown on the Bid Form, the Bidder shall indicate whether each is "add" or "deduct." Article 7. Prohibition of Alterations to Bid Bids that are incomplete, or contain ambiguities or have differing conditions required by the Bidder, including requested changes or exceptions to the Public Improvement Contract form or other portions of the Project Manual, may be rejected in Owner’s sole and absolute discretion. Article 8. Submission of Bid Each Bid shall be sealed in an envelope, properly addressed to the Owner, showing on the outside of the envelope the name of the Bidder and the name of the project. Bids will be received at the time and place stated in the Notice of Public Improvement Contract Opportunity. Article 9. Bid Closing and Opening of Bids All Bids must be received by the Owner at the place and time set for the Bid Closing. Any Bids received after the scheduled Bid Closing time for receipt of Bids will be rejected. At the time of opening and reading of Bids, each Bid received will be publicly opened and read aloud, irrespective of any irregularities or informalities in such Bids. Generally, Bid results will be posted to the OregonBuys Website within a couple hours of the opening. Article 10. Acceptance or Rejection of Bids by Owner Unless all Bids are rejected, the Owner will award a contract based on the lowest responsive Bid from a responsible Bidder. If that Bidder does not execute the contract, it will be awarded to the next lowest responsible Bidder or Bidders in succession. The Owner reserves the right to reject all Bids and to waive minor informalities. The procedures for contract awards shall be in compliance with the provisions of the LCRB Rules in effect at that time. The Owner reserves the right to hold the Bid and Bid security of the three lowest Bidders for a period of thirty (30) calendar days from and after the time of Bid opening pending award of the contract. Following award of the contract the Bid security of the three lowest Bidders may be held twenty (20) calendar days pending execution of the contract. All other Bids will be rejected and Bid security will be returned. In determining the lowest Bidder, the Owner reserves the right to take into consideration any or all authorized base Bids as well as alternates or combinations indicated in the Bid Form. If no Bid has been accepted within thirty (30) calendar days after the opening of the Bids, each of the three lowest Bidders may withdraw the Bid submitted and request the return of the Bid security. Article 11. Withdrawal of Bid At any time prior to the Bid Closing, a Bidder may withdraw its Bid. This will not preclude the Clackamas Contract Form B-2 (5/2019) submission of another Bid by such Bidder prior to the time set for the Bid Closing. After the time set for the Bid Closing, no Bidder will be permitted to withdraw its Bid within the time frames specified in Article 10 for award and execution, except as provided for in that Article. Article 12. Execution of Contract, Performance Bond and Payment Bond The Owner will provide the successful Bidder with contract forms within seven (7) calendar days after the completion of the award protest period. The Bidder is required to execute the contract forms as provided, including a performance bond and a payment bond from a surety company licensed to do surety business in the State of Oregon, within seven (7) calendar days after receipt of the contract forms. The contract forms shall be delivered to the Owner in the number called for and to the location as instructed by the Owner. Article 13. Recyclable Products Contractors will use recyclable products to the maximum extent economically feasible in the performance of the Contract. Article 14. Clarification or Protest of the Solicitation Document or Specifications Any request for clarification or protest of the solicitation document or specifications must be submitted in the manner provided for in the applicable section of the LCRB Rules to the Procurement Representative referenced in the Notice of Public Improvement Contract Opportunity. A protest of the Solicitation Document must be received within seven (7) business days of the issuance of the Bid or within three (3) business days of issuance of an addendum. Requests for clarification may be submitted no less than five (5) business days prior to the Bid Closing Date. Article 15. Protest of Intent to Award Owner will name the apparent successful Bidder in a “Notice of Intent to Award” letter. Identification of the apparent successful Bidder is procedural only and creates no right in the named Bidder to the award of the contract. Competing Bidders will be notified by publication of the Notice of Intent to Award on the OregonBuys Website of the selection of the apparent successful Bidder(s) and Bidders shall be given seven (7) calendar days from the date on the “Notice of Intent to Award” letter to review the file at the Procurement Division office and file a written protest of award, pursuant to C-049-0450. Any award protest must be in writing and must be delivered by email, hand delivery, or mail to the Procurement Division Director at: Procurement Division, 2051 Kaen Road, Oregon City, OR 97045. Article 16. Disclosure of First-Tier Subcontractors Within two (2) working hours after the Bid Closing, all Bidders shall submit to the County a disclosure form identifying any first-tier subcontractors (those entities that would be contracting directly with the prime contractor) that will be furnishing labor and materials on the contract, if awarded, whose subcontract value would be equal to or greater than: (a) Five percent (5%) of the total contract price, but at least $15,000; or (b) $350,000, regardless of the percentage of the total contract price. Disclosures may be submitted with the Bid or may be hand delivered to the Bid Closing address or emailed to the Contract Information Analyst listed on the Notice of Contract Opportunity. Clackamas Contract Form B-3 (2/2023) CLACKAMAS COUNTY PUBLIC IMPROVEMENT CONTRACT SUPPLEMENTAL INSTRUCTIONS TO BIDDERS Project Name BID 2026-11 Bolton Force Main CIPP Lining Project The following modify the Clackamas County “Instructions to Bidders” for this Project. Where a portion of the Instructions to Bidders has been modified by these Supplemental Instructions to Bidders, the unaltered portions shall remain in effect. 1. Electronic Submissions: The County is requiring all bids for this project be electronically submitted. Complete Bids (including all attachments) will only be accepted electronically thru a secure online bid submission service, Bid Locker. Email submissions to Clackamas County email addresses will no longer be accepted. https://bidlocker.us/a/clackamascounty/BidLocker. Bids will be publicly read aloud via the computer application, Zoom. Bidders will be allowed to video conference or listen by phone to the bid results. The projects Zoom meeting can be accessed via the information below: ZOOM LINKS Join Zoom Meeting https://clackamascounty.zoom.us/j/81049503278 Meeting ID: 810 4950 3278 One tap mobile +16699006833,,81049503278# US (San Jose) 17193594580,,81049503278# US Join instructions https://clackamascounty.zoom.us/meetings/81049503278/invitations?signature=WENujtq91HZh- 5i5tnvjiRWsHkYyF6X62qeGWwZhiSU **The Apparent Low bid results will be posted to the projects OregonBuys listing as soon as possible following the bid opening. 2. Good Faith Effort: Clackamas County encourages participation in contracts by Historically Underrepresented Businesses. “Historically Underrepresented Businesses” are State of Oregon-certified and self-identified minority, women and emerging small business as well as firms that are certified federally or by another state or entity with substantially similar requirements as the State of Oregon. Bidders must perform Good Faith Effort (defined below) and submit Form 1 and Form 2 for the Bidders Bid to be considered responsive. Form 1 and Form 2 must be submitted within two (2) hours after the Closing Date and Time. Form 1 and Form 2 Clackamas Contract Form B-3 (2/2023) may be submitted to either the Contact Information Analyst listed on Notice of Contract Opportunity or via the https://bidlocker.us/a/clackamascounty/BidLocker listing. “Good Faith Effort” is a requirement of a prime contractor to reach out to at least three Historically Underrepresented Business Subcontractors for each division of work that will be subcontracted out and to complete the required forms. If fewer than three Historically Underrepresented Business Subcontractors are reasonably available for a particular division of work, the Bidder must specifically note the reason for there being fewer than three contacts. The outreach should be performed with sufficient time to give the subcontractors at least 5 calendar days to respond to the opportunity. Form 3, which documents the actual amount of subcontractors on the project, must be submitted with the project final pay application. Compliance with the Good Faith Effort and submission of Forms 1, 2 and 3 is a contractual requirement for final payment. The sufficiency of the documentation or the performance of Good Faith Effort shall be in the sole and absolute determination of Clackamas County. Only those Bidders that Clackamas County has determined have not sufficiently performed Good Faith Effort shall have protest rights of the determination for such Bidder. No Bidder shall have protest rights of the sufficiency of any other Bidder completing Good Faith Effort. Clackamas County GFE (2/2023) Page 1 of 4 CLACKAMAS COUNTY GOOD FAITH EFFORT SUBCONTRACTOR AND SELF-PERFORMED WORK LIST (FORM 1) Prime Contractor Name: Total Contract Amount: Project Name: BID 2026-11 Bolton Force Main CIPP Lining PRIME SELF-PERFORMING: Identify below ALL GFE Divisions of Work (DOW) to be self-performed. Good Faith Efforts are otherwise required. DOW BIDDER WILL SELF-PERFORM (GFE not required) PRIME CONTRACTOR SHALL DISCLOSE AND LIST ALL SUBCONTRACTORS, including those Minority-owned, Woman-owned, and Emerging Small Businesses (“M/W/ESB”) that you intend to use on the project. Delivery via bid locker https://bidlocker.us/a/clackamascounty/BidLocker within 2 hours of the BID/Quote Closing Date/Time. LIST ALL SUBCONTRACTORS BELOW Use correct legal name of Subcontractor (No Assumed Business Names) Division of Work (Painting, electrical, landscaping, etc.) List ALL DOW performed by Subcontractors DOLLAR AMOUNT OF SUBCONTRACT If Certified or self-reporting MBE/WBE/ESB Subcontractor Check box MBE WBE ESB Name Address City/St/Zip Phone# OCCB# Name Address City/St/Zip Phone# OCCB# Name Address City/St/Zip Phone# OCCB# Name Address City/St/Zip Phone# OCCB# GFE SUBCONTRACTOR AND SELF-PERFORMED WORK LIST (FORM 1) cont’d Clackamas County GFE (2/2023) Page 2 of 4 Prime Contractor Name: Total Contract Amount: Project Name: BID 2026-11 Bolton Force Main CIPP Lining LIST ALL SUBCONTRACTORS BELOW Use correct legal name of Subcontractor (No Assumed Business Names) Division of Work (Painting, electrical, landscaping, etc.) List ALL DOW performed by Subcontractors DOLLAR AMOUNT OF SUBCONTRACT If Certified or self-reporting MBE/WBE/ESB Subcontractor Check box MBE WBE ESB Name Address City/St/Zip Phone# OCCB# Name Address City/St/Zip Phone# OCCB# Name Address City/St/Zip Phone# OCCB# Name Address City/St/Zip Phone# OCCB# Name Address City/St/Zip Phone# OCCB# Name Address City/St/Zip Phone# OCCB# Name Address City/St/Zip Phone# OCCB# Clackamas County GFE (2/2023) Page 3 of 4 CLACKAMAS COUNTY GOOD FAITH EFFORT M/W/ESB CONTACT / BIDS RECEIVED LOG (FORM 2) Prime Contractor: Project: BID 2026-11 Bolton Force Main CIPP Lining Prime Contractor must contact or endeavor to contact at least 3 M/W/ESB Subcontractors for each Division of Work. Prime Contractor shall record its contacts with M/W/ESB Subcontractors through use of this log (or equivalent) entering all required information. All columns shall be completed where applicable. Additional forms may be copied if needed. NAME OF M/W/ESB SUBCONTRACTOR Divisions of Work (Painting, electrical, landscaping, etc.) Date Solicitation Letter / Fax Sent PHONE CONTACT BID ACTIVITY Check Yes or No REJECTED BIDS (if bid received & not used) Notes Will Bid Bid Received Bid Used Bid Amount Reason Not Used (Price, Scope or Other. If Other, explain in Notes>>) Date of Call Person Receiving Call Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Clackamas County GFE (2/2023) Page 4 of 4 CLACKAMAS COUNTY GOOD FAITH EFFORT PROJECT COMPLETION REPORT (FORM 3) Prime Contractor Name: Total Contract Amount: Project Name: BID 2026-11 Bolton Force Main CIPP Lining Complete this form and submit with your request for final payment upon the project completion. Please list all subcontractors used for the project. Use additional sheets as necessary. LIST ALL SUBCONTRACTORS BELOW Use correct legal name of Subcontractor (No Assumed Business Names) Division of Work (Painting, electrical, landscaping, etc.) List ALL DOW performed by Subcontractors FINAL DOLLAR AMOUNT OF SUBCONTRACT If Certified or self-reported MBE/WBE/ESB Subcontractor Check box MBE WBE ESB Name Address City/St/Zip Phone# OCCB# Name Address City/St/Zip Phone# OCCB# Name Address City/St/Zip Phone# OCCB# Name Address City/St/Zip Phone# OCCB# Name Address City/St/Zip Phone# OCCB# Name Address City/St/Zip Phone# OCCB# BY SIGNING BELOW, I HEREBY CERTIFY THAT THE ABOVE LISTED FIRMS HAVE BEEN UTILIZED BY OUR COMPANY IN THE AMOUNTS REPRESENTED ABOVE AND THAT THE INFORMATION CONTAINED HEREIN IS COMPLETE AND ACCURATE. . Authorized Signature of Contractor Representative Date Clackamas County Contract Form B-4 (1/2017) PUBLIC IMPROVEMENT CONTRACT BID BOND Project Name: # 2026-11 Bolton Force Main CIPP Lining We, _____________________________________, as “Principal,” (Name of Principal) and __________________________________________, an _________________ Corporation, (Name of Surety) authorized to transact Surety business in Oregon, as “Surety,” hereby jointly and severally bind ourselves, our respective heirs, executors, administrators, successors and assigns to pay unto Water Environment Services (“Obligee”) the sum of ($____________________________) ______________________________________________________________________ dollars. WHEREAS, the condition of the obligation of this bond is that Principal has submitted its proposal or bid to an agency of the Obligee in response to Obligee’s procurement document (No. ) for the project identified above which proposal or bid is made a part of this bond by reference, and Principal is required to furnish bid security in an amount equal to ten (10%) percent of the total amount of the bid pursuant to the procurement document. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. IN WITNESS WHEREOF, we have caused this instrument to be executed and sealed by our duly authorized legal representatives this ___________day of ______________________, 20____. Principal:_______________________________________ By:____________________________________________ Signature _______________________________________________ Official Capacity Attest:__________________________________________ Corporation Secretary Surety:________________________________________ By: Attorney-In-Fact ______________________________________________ Name ______________________________________________ Address ______________________________________________ City State Zip ________________________ _________________ Phone Fax Clackamas County Contract Form B-5 (1/2026) CLACKAMAS COUNTY PUBLIC IMPROVEMENT CONTRACT BID FORM PROJECT: BID# 2026-11 Bolton Force Main CIPP Lining BID CLOSING: March 19, 2026, 2:00 PM, Pacific Time BID OPENING: March 19, 2026, 2:05 PM, Pacific Time FROM: __________________________________________________________________ Bidder’s Name (must be full legal name, not ABN/DBA) TO: https://bidlocker.us/a/clackamascounty/BidLocker 1. Bidder is (check one of the following and insert information requested): ____a. An individual; or ____b. A partnership registered under the laws of the State of ____________________; or ____c. A corporation organized under the laws of the State of ____________________; or ____d. A limited liability corporation organized under the laws of the State of _____________________________; and authorized to do business in the State of Oregon hereby proposes to furnish all material and labor and perform all work hereinafter indicated for the above project in strict accordance with the Contract Documents for the Basic Bid as follows: ____________________________________________ Dollars ($__________________) and the Undersigned agrees to be bound by the following documents:

  • Notice of Public Improvement Contract Opportunity
  • Instructions to Bidders • Supplemental Instructions to Bidders
  • Bid Bond • Bid Form
  • Public Improvement Contract Form • Performance Bond and Payment Bond
  • Clackamas County General Conditions • Supplemental General Conditions
  • Prevailing Wage Rates • Payroll and Certified Statement Form
  • Plans, Specifications and Drawings
  • ADDENDA numbered _______ through_______, inclusive (fill in blanks)

Clackamas County Contract Form B-5 (1/2026) Page 2 2. The Undersigned proposes to add to or deduct from the Base Bid indicated above the items of work relating to the following Alternate(s) as designated in the Specifications: N/A 3. The Undersigned proposes to add to or deduct from the Base Bid indicated above the items or work relating to the following Unit Price(s) as designated in the Specifications, for which any adjustments in the Contract amount will be made in accordance with Section D of the Clackamas County General Conditions: Provide attached bid schedule with bid. 4. The work shall be completed within the time stipulated and specified in the contract documents. 5. Accompanying herewith is Bid Security which is equal to ten percent (10%) of the total amount of the Basic Bid, plus the total sum of all Alternatives (if any). 6. The Undersigned agrees, if awarded the Contract , to execute and deliver to Clackamas County, within twenty (20) calendar days after receiving the Contract forms, a Contract Form, and a satisfactory Performance Bond and Payment Bond each in an amount equal to one hundred percent (100% ) of the Contract sum, using forms provided by the Owner. The surety requested to issue the Performance Bond and Payment Bond will be: ______________________________________________________________________________. (name of surety company - not insurance agency) The Undersigned hereby authorizes said surety company to disclose any information to the Owner concerning the Undersigned's ability to supply a Performance Bond and Payment Bond each in the amount of the Contract. 7. The Undersigned further agrees that the Bid Security accompanying the Bid is left in escrow with Clackamas County; that the amount thereof is the measure of liquidated damages which the Owner will sustain by the failure of the Undersigned to execu te and deliver the above -named Contract Form, Performance Bond and Payment Bond, each as published , and that if the Undersigned defaults in either executing the Contract Form or providing the Performance Bond and Payment Bond within twenty (20) calendar days aft er receiving the Contract forms, then the Bid Security shall become the property of the Owner at the Owner's option; but if the Bid is not accepted within thirty (30) calendar days of the time set for the opening of the Bids, or if the Undersigned executes and timely delivers said Contract Form, Performance Bond and Payment Bond, the Bid Security shall be returned. 8. The Undersigned certifies that: (i) This Bid has been arrived at independently and is being submitted without collusion with and without any agreement, understanding, or planned common course of action with any other vendor of materials, supplies, equipment or services described in the invitation to bid designed to limit independent bidding or competition; and (ii) the contents of the Bid have not been communicated by the Undersigned or its employees or agents to any person not an employee or agent of the Undersigned or its surety on any Bond furnished with the Bid and will not be communicated to such person prior to the official opening of the Bid. 9. The undersigned HAS, HAS NOT (check one) paid unemployment or income taxes in Oregon within the past 12 months and DOES, DOES NOT (check one) a business address in Oregon. The undersigned acknowledges that, if the selected bidder, that the undersigned will have to pay all applicable taxes and register to do business in the State of Oregon before executing the Contract Form. Clackamas County Contract Form B-5 (1/2026) Page 3 10. The Undersigned agrees, if awarded a contract, to comply with the provisions of ORS 279C.800 through 279C.870 pertaining to the payment of the prevailing rates of wage. 11. Contractor's CCB registration number is ____________________________. As a condition to submitting a bid, a Contractor must be registered with the Oregon Construction Contractors Board in accordance with ORS 701.035 to 701.055, and disclose the registration number. Failure to register and disclose the number will make the bid unresponsive and it will be rejected, unless contrary to federal law. 12. The successful Bidder hereby certifies that all subcontractors who will perform construction work as described in ORS 701.005(2) were registered with the Construction Contractors Board in accordance with ORS 701.035 to 701.055 at the time the subcontractor(s) made a bid to work under the contract. 13. The successful Bidder hereby certifies that, in compliance with the Worker's Compensation Law of the State of Oregon, its Worker's Compensation Insurance provider is ______________________________, Policy No. , and that Contractor shall submit Certificates of Insurance as required. 14. Contractor’s Key Individuals for this project (supply information as applicable): Project Executive:__________________________, Cell Phone: ____________________, Project Manager: __________________________, Cell Phone: ____________________, Job Superintendent: ________________________, Cell Phone: ____________________, Project Engineer: __________________________, Cell Phone: ____________________. 15. The Undersigned certifies that it has not discriminated against minority, women, or emerging small businesses in obtaining any subcontracts for this project. 16. The Undersigned certifies that it has a drug testing program in accordance with ORS 279C.505. REMINDER: Bidder must submit the below First-Tier Subcontractor Disclosure Form. By signature below, Contractor agrees to be bound by this Bid. NAME OF FIRM _______________________________________ ADDRESS _______________________________________ _______________________________________ TELEPHONE NO _______________________________________ EMAIL _______________________________________ SIGNATURE 1) _______________________________________ Sole Individual Clackamas County Contract Form B-5 (1/2026) Page 4 or 2) _______________________________________ Partner or 3) _______________________________________ Authorized Officer or Employee of Corporation

  • * * * * E N D O F B I D * * * * *

Item No. Description Total Unit Unit Price Total Price 1 Mobilization, Bonds, Insurance and Demobilization 1 LS $ - 2 Traffic Control 1 LS $ - 3 Erosion and Sediment Control 1 LS $ - 4 Bypass Piping a) Bypass Piping for Segment 3 1 LS $ - b) Bypass Piping for Segment 4 & 5 1 LS $ - 5 Install 16" CIPP Liner a) Segment 1 1 LS $ - b) Segment 2 1 LS $ - c) Segment 3 1 LS $ - d) Segment 4 1 LS $ - e) Segment 5 1 LS $ - 6 Investigation of force main on Oregon City Side 1 F-A $ 150,000 $ 150,000 7 Pavement Restoration 3 Ton $ - Bolton Force Main CIPP Lining TOTAL Total Price____________________________________________________________________________________Dollars and ______________________________________________________________________________________________Cents Name of Firm_________________________________________________________________________________________ Name (print)__________________________________________________________________________________________ Signature__________________________________________________________________________Date________________ Clackamas County Contract Form B-5 (1/2026) Page 5 FIRST-TIER SUBCONTRACTOR DISCLOSURE FORM PROJECT: 2026-11 BID OPENING: March 19, 2026, 2:00 PM, Pacific Time Failure to submit this Form by the disclosure deadline will result in a nonresponsive bid. INSTRUCTIONS: This First-Tier Subcontractor Disclosure Form (“Form”) must be submitted and received at the location specified in the Notice of Public Improvement Contract Opportunity on the advertised Bid Closing, and within two working hours after the advertised Bid Closing Time. Proposals will only be accepted electronically thru a secure online bid submission service, Bid Locker. Email submissions to Clackamas County email addresses will no longer be accepted. A. Completed proposal documents must arrive electronically via Bid Locker located at https://bidlocker.us/a/clackamascounty/BidLocker. B. Bid Locker will electronically document the date and time of all submissions. Completed documents must arrive by the deadline indicated in Section 1 or as modified by Addendum. LATE PROPOSALS WILL NOT BE ACCEPTED. C. Proposers must register and create a profile for their business with Bid Locker in order to submit for this project. It is free to register for Bid Locker. D. Proposers with further questions concerning Bid Locker may review the Vendor’s Guide located at https://www.clackamas.us/how-to-bid-on-county-projects . Subcontractor lists may be submitted with the bid in the same envelope or email at the Bid Closing date and time. Subcontractor lists MUST be submitted within two (2) hours of the Bid Closing date and time. List below the name of each subcontractor that will be furnishing labor, or labor and materials, for which disclosure is required, the category of work that the subcontractor will be performing, and the dollar value of the subcontract. Enter “NONE” if the value of the project bid is less than $100,000 or there are no subcontractors that need to be disclosed. ATTACH ADDITIONAL SHEETS IF NECESSARY. SUBCONTRACTOR NAME DOLLAR VALUE CATEGORY OF WORK 1. ____________________________ 2. ____________________________ 3. ____________________________ 4. ____________________________ 5. ____________________________ 6. ____________________________ The above listed first-tier subcontractor(s) are providing labor, or labor and material, with a Dollar Value equal to or greater than: a) 5% of the total Contract Price, but at least $15,000. If the Dollar Value is less than $15,000 do not list the subcontractor above; or b) $350,000 regardless of the percentage of the total Contract Price. Firm Name: Bidder Signature: Phone # Clackamas County Contract Form B-6 (1/2025) Page 1 WATER ENVIRONMENT SERVICES PUBLIC IMPROVEMENT CONTRACT Contract #000000XXX This Public Improvement Contract (the “Contract”) is made by and between Water Environment Services, an intergovernmental entity formed pursuant to ORS Chapter 190 (“Owner”), and Contractor Name (No DBA/ABN) (the “Contractor”), both collectively the “Parties”. This Contract shall become effective on the date this Contract has been signed by all the Parties and shall expire upon completion the completion of all obligations under the terms of this Contract unless terminated earlier by the Parties. All capitalized terms in this Contract shall have the meanings identified in the Clackamas County General Conditions for Public Improvement Contracts (11/21/2024) (“General Conditions”) referenced within the Instructions to Bidders. Project Name: BID# 2026-11 Bolton Force Main CIPP Lining Project 1. Contract Price, Contract Documents and Work. The Contractor hereby agrees to perform all Work described in, and reasonably inferred from, the Contract Documents. In consideration of the Contractor performing the Work in accordance with the terms of the Contract, the Owner agrees to pay the Contractor an amount not to exceed Dollars ($ ) (the "Contract Price"). Payment will be made in accordance with the terms and conditions provided in the Contract Documents. The Contract Price is the amount contemplated by the Base Bid adjusted for Alternates [Identify accepted Alternates], as indicated in the accepted Bid. The following documents are incorporated by reference in this Contract and made a part hereof:

  • Notice of Contract Opportunity • Instructions to Bidders
  • Supplemental Instructions to Bidders • Bid Bond
  • Bid Form • Performance Bond and Payment Bond
  • Clackamas County General Conditions • Supplemental General Conditions
  • Prevailing Wage Rates • Payroll and Certified Statement Form
  • Plans, Specifications and Drawings • [Addenda]

2. Representatives. Contractor has named as its Authorized Representative to act on its behalf. Owner designates, or shall designate, its Authorized Representative as indicted below (check one): Unless otherwise specified in the Contract Documents, the Owner designates Jessica Rinner as its Authorized Representative in the administration of this Contract. The above -named individual shall be the initial point of contact for matters related to Contract performance, payment, authorization, and to carry out the responsibilities of the Owner. Name of Owner’s Authorized Representative shall be submitted by Owner in a separate writing. 3. Key Persons. The Contractor’s personnel identified below shall be considered Key Persons and shall not be replaced during the project without the written permission of Owner, which shall not be unreasonably withheld. If the Contractor intends to substitute personnel, a request must be given to Owner at least 30 days prior to the intended time of substitution. When replacements have been approved by Owner, the Contractor shall provide a transition period of at least 10 working days during which the original and replacement personnel shall be working on the project concurrently. Once a replacement for any of these staff members is authorized, further Clackamas County Contract Form B-6 (1/2025) Page 2 replacement shall not occur without the written permission of Owner. The Contractor’s project staff shall consist of the following personnel: Project Executive: shall be the Contractor’s project executive, and will provide oversight and guidance throughout the project term. Project Manager: shall be the Contractor’s project manager and will participate in all meetings throughout the project term. Job Superintendent: shall be the Contractor’s on-site job superintendent throughout the project term. Project Engineer: shall be the Contractor’s project engineer, providing assistance to the project manager, and subcontractor and supplier coordination throughout the project term. 4. Contract Dates. The Contractor agrees to complete the Work in accordance with the following key dates: COMMENCEMENT DATE: Upon Issuance of Notice to Proceed SUBSTANTIAL COMPLETION DATE: October 1, 2026 FINAL COMPLETION DATE: October 31, 2026 Time is of the essence for this Contract. It is imperative that the Work in this Contract reach Substantial Completion and Final Completion by the above specified dates. 5. Liquidated Damages The Owner and the Contractor acknowledge and agree that if the Contractor fails to reach Substantial Completion of the entire Work by the Substantial Completion Date identified in Section 4 above, the Owner will suffer damages, which are both extremely difficult and impracticable to ascertain, and on that basis agree to the assessment by Owner of liquidated damages as provided in this Section. These damages may include, but are not limited to, use of the Project, costs associated with Contract administratio n, and use of temporary facilities. The liquidated damages amount is not a penalty, but a reasonable estimate of the amount of losses the Owner will suffer. The Owner may deduct such liquidated damages as are payable under this Section from money due or to become due to the Contractor, or pursue any other legal remedy to collect such liquidated damages from the Contractor and/or its Surety. If the Contractor fails to achieve Substantial Completion of the entire Work by the Substantial Completion Date identified in Section 4, the Contractor shall pay the Owner as liquidated damages the amount of $1,300.00 for each day occurring after the expiration of the date for Substantial Completion until the Contractor achieves Substantial Completion of the entire Work. 6. Change Order Authorization. Throughout the performance of the Work under this Agreement, the Owner’s Authorized Representative is hereby granted the authority to verbally authorize change orders in the field for an amount up to $10,000. As soon as possible following the authorization, the Owner’s Authorized Representative shall complete the change order form provided by Clackamas County Procurement (“Procurement”), obtain the signature of Owner’s Director or other authorized signatory, and submit the form to Procurement for processing. As soon as the Director signs off on the change order form, the Authorized Representative may then authorize another change order in the future for up to $10,000 following the same procedure above. Each change order should include the cumulative cost of the entire change and may not be artificially broken up into multiple change orders to fall under the dollar threshold listed above. The authority granted to the Authorized Representative is limited by the Director’s authorization to amend the Agreement under Clackamas County’s Local Contract

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.