SLED Opportunity · OREGON · WASHINGTON COUNTY

    100690 - SW 205th Avenue - Baseline to Quatama Improvements

    Issued by Washington County
    countyLand Use and Transportation Capital Project Services BidWashington CountySol. 240550
    Closed
    STATUS
    Closed
    due Mar 19, 2026
    PUBLISHED
    Mar 2, 2026
    Posting date
    JURISDICTION
    Washington County
    county
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Washington County seeks contractors for the SW 205th Avenue improvements project including road, bridge, sewer, traffic control, and landscaping work with an estimated cost of $15M-$30M.

    Opportunity details

    Solicitation No.
    240550
    Type / RFx
    Land Use and Transportation Capital Project Services Bid
    Status
    open
    Level
    county
    Published Date
    March 2, 2026
    Due Date
    March 19, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    Washington County
    State
    Oregon
    Agency
    Washington County

    Description

    The project name is: 100690 - SW 205th Avenue - Baseline to Quatama Improvements.

    The Work to be done under this Contract consists of the following in Washington County:

     

    • Implement temporary traffic control and temporary erosion control measures,
    • Perform earthwork,
    • Perform watermain, sanitary, and storm sewer work
    • Install retaining walls
    • Remove bridge #671327
    • Install new multispan bridge
    • Perform cold plane pavement removal
    • Perform traffic signal installation and modifications
    • Install illumination and interconnect systems
    • Construct aggregate base and asphalt concrete pavement,
    • Construct concrete curbs, gutters, sidewalks and ramps
    • Install permanent signing and striping
    • Install permanent seeding and landscaping
    • Construct water quality facilities
    • Perform additional and Incidental Work as called for by the Specifications and Plans.

     

    The Project cost range is $15,000,000 - $30,000,000.

    Project Details

    • Reference ID: 2026.028-LUT CPS
    • Department: LUT-CPS
    • Department Head: Russell Knoebel (Capital Project Services Manager)

    Important Dates

    • Questions Due: 2026-03-21T00:00:00.000Z

    Addenda

    • Addendum #1 (released 2026-03-13T21:16:54.049Z) —

      Please see attached and use the See What Changed link to view all the changes made by this addendum.

    • Official Notice #1: Bid Opening Meeting Link (released 2026-03-25T16:06:42.908Z) —

      See attached. This link is still valid for the updated Bid Opening time.

    • Addendum #2 (released 2026-03-20T22:38:01.933Z) —

      Please see attached and use the See What Changed link to view all the changes made by this addendum.

    • Official Notice #2: Issues with downloading documents (released 2026-03-25T19:55:13.897Z) —

      As far as we're aware, emails with downloadable document links are not being delivered. However, it is still possible to download all of the necessary attachments one-at-a-time. This action downloads the document directly, and bypasses the need for an email link.

    • Addendum #3 (released 2026-03-25T19:29:18.211Z) —

      DUE TO TECHNICAL ISSUES WITH OPENGOV, THE BID OPENING IS DELAYED. Bids will be opened at 10:00 AM on Monday March 30. Note the different time. 

    Evaluation Criteria

    • Certified Business Utilization Reporting - B2G Now
      1. The County has implemented an online Certified Business utilization tracking system. This web-based software system facilitates Certified Business utilization reporting for all construction, architecture, engineering, and related services contractors doing business with Washington County. The system is designed to streamline and automate subcontractor utilization reporting requirements and includes the following key features:
        1. Automated tracking of Certified Business utilization
        2. Online verification of subcontractor payments
        3. Automated communication with contractors via email regarding reporting status
      2. Prime contractors will be required to use the online system to submit monthly subcontractor payment data. Subcontractors will be required to use the online system to verify payments received from prime contractors. Subcontractors will also identify any further tiers of subcontractors and submit monthly subcontractor payment data if applicable. Prime contractors and subcontractors must access the system at least monthly, when prompted, to manage contract information and provide the required subcontractor and payment information. Prime contractors are responsible for ensuring that all subcontractors comply with the utilization tracking requirements. The Certified Business utilization tracking system is online at https://washcopurch.mwdbe.com. Access information will be provided to each contractor after contract award.
      3. The County anticipates that the time commitment to comply with this requirement would be approximately thirty minutes.
    • The Project

      The project name is: 100690 - SW 205th Avenue - Baseline to Quatama Improvements

    • Introduction

      Work shall comply with the following standards which are hereby incorporated into these bid documents by reference:

      1. 2024 edition of the "Oregon Standard Specifications for Construction" Oregon Department of Transportation (ODOT), Oregon Chapter of American Public Works Association (APWA), as modified by these Special Provisions or Addenda.
      2. Other standards identified in these Bid Documents by reference.

      The Contractor may view or purchase copies of the 2024 edition of the "Oregon Standard Specifications for Construction" from the Oregon Department of Transportation website:

      http://www.oregon.gov/ODOT/Business/Pages/Standard_Specifications.aspx

      Sectional references in these Bid Documents refer to sections of the Standard Specifications and any applicable modifications to sections or subsections contained herein.

      Licensing per ORS 468A.720 (working with asbestos) is not required for this project. Reference ORS 279C.365(1)(j).

    • Pre-Bid Meeting

      The County will hold a NO VALUE pre-bid meeting for all holders of bid documents at NO VALUE, at NO VALUEon NO VALUE.

      Prospective bidders will be given the opportunity to ask questions relating to any details involved in the performance of the work under the contract.

      Information distributed or responses to questions at the pre-bid meeting will not in any way alter or affect any of the provisions contained in the bidding documents and contract requirements. Statements made by the agency’s representatives at this meeting do not change the provisions and requirements of the solicitation documents unless confirmed by written addendum issued by the Agency.

    • Applicable Specifications for Bid Submittal

      The Bid Documents/Proposed Contract Documents are issued for the information of Bidders submitting bids for this project and the work described herein, at the time and place indicated in the "Invitation to Bid." These Bid Documents, subject to revision by addendum, in accordance with provisions stated below, will be incorporated in and made part of the contract documents for this project.

      If the County elects to reject all bids and re-advertise for new bids, to be received at a time later than that indicated in the invitation to bid, these Bid Documents will cease to be applicable and new Bid Documents will be issued by the County. Bidders submitting bids at the newly established bid date and time should obtain the new Bid Documents and base their bids upon them, as they will be bound by it in the event they are awarded a contract.

    • Clean Air Construction – Fleet Registration and Compliance Determination
      1. In February of 2020, Washington County adopted the Clean Air Construction (CAC) Standard (www.portlandoregon.gov/cac). As such, all diesel nonroad equipment over 25hp and all diesel concrete mixers and dump trucks used on this project will need to meet the CAC requirements.
      2. Best Available Control Technology (BACT) approach means that for that specific vehicle or piece of equipment, that among all potential options, the emission control device that maximizes diesel particulate matter reductions was installed. A “DPF or equivalent” emission control device is defined as capturing diesel particulate matter at a level of 85% or greater.
      3. Prior to the submission deadline, the bidder/proposer shall register their CAC-applicable construction nonroad equipment and on-road vehicles in The Yard, https:/heyard.clean-air.app/, the CAC equipment registration and compliance portal. Details on how to register can be found online at: [enter link]. Failure to register may result in bid/proposal rejection. Registration involves knowing the following about each piece of applicable equipment/vehicle in your fleet:
        1. Equipment Type (e.g. excavator, dozer, loader)
        2. Fuel Type (diesel, electric, gasoline, hybrid electric, propane, etc.)
        3. On-Road or Nonroad
        4. Make
        5. Model Year
        6. Horsepower
        7. For diesel engines: Any aftermarket emissions control devices installed? (if yes, indicate type of control device, e.g. DOC, DPF, etc.).
      4. After the Notice of Intent to Award is posted, the successful Contractor will be invited to assign all applicable subcontractors and suppliers (including any equipment rental firms) to the project through The Yard. Subcontractors and suppliers will need to register the equipment and vehicles from their fleets in The Yard. At this time, the successful Contractor and their applicable subcontractors and suppliers may request an exemption for a specific piece of equipment or vehicle if it meets one of the following exemption request criteria:
        1. After following a BACT approach, the required emission control device would obscure operator lines of 
          sight or otherwise impact worker safety or the equipment is not able to be retrofit with a verified
          emission control device; or
        2. No compliant rental equipment is available within 100 miles of the job site; or
        3. After following a BACT approach, the Contractor can demonstrate that due to the uniqueness of the 
          equipment/vehicle or similar special circumstances, it is not reasonable to comply with the diesel
          engine requirement for a specific piece of equipment/vehicle.
        4. Exemptions may also be granted during the course of the project when a noncompliant piece of 
          equipment/vehicle is required to respond to an emergency. In such cases, the Contractor shall notify
          the Owner’s Representative and request approval for an exemption via The Yard. Such exemptions
          shall be valid only for the duration of the emergency, repair timeframe, or similar temporary timeframe
          as applicable.
      5. Approved exemptions shall be valid for the calendar year, at which time contractors may request to extend exemptions. Requests shall be reviewed by the CAC Program and will either be retired or renewed for another calendar year.
      6. Through this process, the Contractor shall certify that all applicable equipment and vehicles used on the project are in compliance with the Clean Air Construction requirements or have a valid exemption.
      7. The Yard can be accessed here https:/theyard.clean-air.app/
    • Pre-Bid Meeting

      The County will not hold a pre-bid meeting for this project.

    • Revisions Prior to Time of Opening of Bids

      The County reserves the right to make necessary changes or corrections to the Bid Documents in accordance with 00120.30. The County will provide addenda only by publishing them on the OpenGov website at:

      https://procurement.opengov.com/portal/washington-county-or

      Registration for the OpenGov website is required to download addenda. Bidders shall be responsible for checking the OpenGov website for addenda. Bidders should check the site daily during the week designated to receive bids.

      Bidders, not Washington County, shall be responsible for failure of Bidders to check and download Addenda. Bids shall incorporate all Addenda. Bids may be rejected if opened and found by the County to not be based on all Addenda published on the web site.

    • Bids

      Bids will be received electronically via the County's OpenGov Procurement Portal before 10:00 am on Monday, March 30, 2026, after which bids will be opened, and publicly read aloud via video conference on Microsoft Teams. A link to the meeting will be provided on the OpenGov website. All interested parties are invited to attend. Bids received after the above stated time will not be accepted. Because internet connections can be slow or unreliable, the bidder is solely responsible for completing the electronic bid response ahead of the deadline date, regardless of bidder's ability to access the OpenGov online portal at the time of deadline.

      Bids must include:

      • A residency statement as defined in ORS 279C.365.
      • A bid bond on the County's Bid Guaranty form, irrevocable letter of credit issued by an insured institution as defined in ORS 706.008, certified check, or cashier's check, of at least ten percent (10%) of the total bid.

      Bids may be rejected by the County for non-compliance with prescribed public bidding procedures and requirements, and for good cause, upon a finding that it is in the public interest to do so.

    • Clean Air Construction – Continual Compliance, On-Site Inspections, and Violations
      1. The Clean Air Construction requirements progress over time, and the Contractor shall ensure applicable equipment and vehicles used on the project are in compliance with the current requirement throughout the course of the project.
      2. During the course of the project, the County may conduct an on-site inspection of CAC-applicable equipment and vehicles to confirm accuracy of fleet information submitted to The Yard.
      3. Should the Owner’s Representative or authorized third-party discover, during the course of the project, that the Contractor, Subcontractor, or Supplier is violating the CAC engine requirements, the Owner’s Representative may issue a Notice to Cure to the Contractor. The Notice to Cure will state the specifics of the violation and the timeframe within which the Contractor has to remedy the violation. The remedy timeframe shall not exceed seven (7) calendar days. If the Contractor fails to remedy the violation per the Notice to Cure, the Owner’s Representative may issue a Stop Work notice, authorizing the stoppage of work until the violation is remedied.
    • Protest Processes Prior to Bid - Specification Protest Process
      1. Delivery: A bidder must deliver a protest of specifications to the County in writing no later than ten (10) calendar days prior to the bid date as follows:

        Specification Protest
        Bid Number: 2026.028-LUT CPS
        Washington County Procurement Division
        Attn: Procurement Manager
        155 N First Avenue, Suite 270, MS 28
        Hillsboro, OR 97124-3072
      2. Content: A bidder’s Written protest must include
        1. A detailed statement of the legal and factual grounds for the protest,
        2. A description of the resulting prejudice to the bidder, and
        3. A statement of the form of relief requested or any proposed changes to the specifications.
      3. County Response: The County may reject without consideration any bidder’s protest after the deadline established for submitting protest. The County shall provide notice to the applicable bidder if it entirely rejects a protest. If the County agrees with the bidder’s protest, in whole or in part, the County shall either issue an addendum reflecting its determination or cancel the solicitation.
      4. Extension of Closing: If the County receives a written protest from a bidder in accordance with this rule, the County may extend the bid closing date if the County determines an extension is necessary to consider the protest and to issue addenda, if any, to the Bid Document.
    • Bid Documents

      Bid documents will be available on Monday, March 2, 2026.

      Bid documents may be obtained only through the OpenGov website, at https://procurement.opengov.com/portal/washington-county-or, free of charge. No paper copies of Bid Documents will be made available for prospective bidders.

      Addenda, Plans Holders List, Preliminary Bid Results, and Notice of Intent to Award, will be posted on the OpenGov website. Addenda will ONLY be made available on the OpenGov website.

    • Protest of Award - Protests and Judicial Review of Contract Award
      1. Purpose: The award by the Washington County Board of Commissioners of the contract shall constitute a final decision of the County to award the contract if no written protest of the award is filed. A Bidder may protest the award of a contract, or the intent to award a contract, whichever occurs first, if the conditions set forth in ORS 279B.410(1) are satisfied. A Bidder must file written protest with the County and exhaust all administrative remedies before seeking judicial review of the County's Contract Award decision.
      2. Delivery: A Bidder must deliver a written protest to the Washington County Procurement Manager within seven (7) Days after issuance of the Notice of Intent to Award the Contract as follows:

        Contract Award Protest
        Bid Number: 2026.028-LUT CPS
        Washington County Procurement Division
        Attn: Procurement Manager
        155 N First Avenue, Suite 270, MS 28
        Hillsboro, OR 97124-3072

        Intent to Award will ONLY be posted on the OpenGov website at: https://procurement.opengov.com/portal/washington-county-or
      3. Content of Protest: A Bidder’s written protest shall specify the grounds for the protest to be considered pursuant to ORS 279B.410(2).
      4. County Response: The County shall not consider a bidder’s contract award protest after the timeline established for submitting such protest. The County shall issue a written disposition of the protest in a timely manner as set forth in ORS 279B.410(4). If the County upholds the protest, in whole or in part, the County may in its sole discretion either award the contract to the successful protestor or cancel the solicitation.
      5. Judicial Review: Judicial review of the Board’s or its designee’s decision relating to a Contract award protest shall be in accordance with ORS 279B.415.
        1. No protest against award because of the content of specifications shall be considered after the deadline established for submitting such protest.
        2. Judicial review of the County’s decision relating to a specification protest shall be in accordance with ORS 279B.405.
    • Bidders

      Bidders are solely responsible for ensuring actual receipt of the bid by Washington County DLUT.

      Bidders must be prequalified by the Oregon Department of Transportation and licensed by the Oregon Construction Contractor's Board pursuant to ORS 701.026, effective on or before date and time of the bid opening.

      Bidders must use bid and bid guaranty forms (if electing to use a bid bond) furnished by the county in these bid documents. Otherwise, the bid may be rejected as non-responsive.

      Bidders must conform to the requirements of these bid documents and related, applicable laws.

      Bidders shall be solely responsible to check for and download all addenda, if any, from the OpenGov web site prior to bidding.

      Bidders must sign all Bid Forms, and in doing so agree to comply with the statement in the Bid Form regarding compliance with the provisions of ORS 279C.840 or 40 U.S.C. 276a "Workers on Public Works to be Paid Not Less Than Prevailing Rate of Wage".

      Bidders must complete and submit the First-tier Subcontractors Disclosure Form provided, either with the bid, or using a separate, linked solicitation on the OpenGov site. This form shall be submitted no later than two work hours after the time bids are due, per 00120.40(f). First-Tier Subcontractors Disclosure Forms submitted via email will not be accepted.

      Licensing per ORS 468A.720 (working with asbestos) is not required for this project.

    • The County

      The County reserves the right to waive any irregularities or in-formalities.

    • Plan Holder’s List and Bid Results

      Information regarding plan holder lists and bid results will only be available on the County's OpenGov Procurement Portal.

    • Questions

      Submit questions only in writing on the County's OpenGov Procurement Portal with the Question/Answer feature on the project page.

      Replies to these questions will be posted on the County portal as well.

      PROJECT STAFF WILL ONLY RESPOND TO QUESTIONS SUBMITTED IN WRITING.

    • Published

      Monday, March 2, 2026

      OpenGov Procurement

      Daily Journal of Commerce

      OregonBuys

    Submission Requirements

    • Bid Form
    • Resident Bidder (required)

      The Bidder hereby represents that they are a resident bidder per ORS 279A.120 and ORS 279C.365. A "resident bidder" means a bidder that has paid unemployment taxes or income taxes in this state during the 12 calendar months immediately preceding submission of the bid, has a business address in this state, and has stated in the bid whether the Bidder is a "resident bidder".

    • Construction Contractors Board (required)

      The Bidder is licensed by the Construction Contractor's Board in accordance with ORS 701.026.

    • ODOT Prequalification (required)

      The Bidder acknowledges that it shall be prequalified to bid in this class of work by Oregon Department of Transportation (ODOT) per 00120.00

    • Bid Guaranty Form and Bid Bond (required)

      The Bidder has completed and signed the Washington County Bid Guaranty Form provided under "Attachments", attached an electronic copy, and mailed the original by the Bid Opening Date. Bids not accompanied by the Washington County Bid Guaranty Form may be deemed non-responsive and rejected.

      In addition, the Bidder has mailed and will attach, with the Bid, a copy of a bid security in the form of a certified check, cashier's check, or bid bond in the sum of at least ten (10) percent of the total bid, payable to Washington County, Oregon, which is to be forfeited as liquidated damages in accordance with 00130.60. The original Bid Bond form, with original signatures and the Surety's seal affixed, shall be submitted by mail, or other delivery service per 00120.40(e-2).

    • First-Tier Subcontractors Disclosure Form

      Complete and submit the First-tier Subcontractors Disclosure Form provided under "Attachments". This form may be submitted using the upload box below prior to the bid closing time,

      OR

      Submit via the corresponding linked solicitation on the OpenGov website. The linked solicitation will be activated at the Bid Closing Time and will only be accessible for two hours following the bid opening time. An invitation to the linked solicitation will be sent to the email address used to submit this bid. The linked solicitation will be titled with the project name along with the words “First‐Tier Subcontractors Disclosure Form Submittal”.

      First-Tier Subcontractors Disclosure Forms MUST be submitted via OpenGov using one of the two above options. The County will NOT accept First-Tier Subcontractors Disclosure Forms via email, fax, phone, hand-delivery, mail, or parcel service.

    • Bidder Agreements

      Russell Knoebel

      Division Manager

      Washington County Department of Land Use and Transportation

      Capital Project Services Division

      1400 SW Walnut Street

      Hillsboro OR 97123.

    • The undersigned, hereinafter called the Bidder, declares: (required)

      That the only person or parties interested in this bid are those named herein; that this bid is, in all respects, fair and without fraud; that it is made without collusion with any official of Washington County, Oregon; and that the bid is made without any connection or collusion with any person making another bid on this contract.

    • The Bidder Further Declares: (required)

      That the Bidder has read and thoroughly understands the bid documents governing the work embraced in this improvement and the method by which payment will be made for said work; that the Bidder has visited the site and made such investigation as is necessary to determine the character of the materials and conditions to be encountered in the work; that if this bid is accepted, the Bidder will contract with Washington County, Oregon, for the construction of the proposed improvement in a form of contract herein outlined, and provide the necessary equipment, materials, tools, apparatus, and labor, as specified in conformance with the requirements of the contract, and at the prices established by this Agreement.

    • The Bidder further agrees: (required)

      That the Bidder has exercised its own judgment regarding the interpretation of subsurface information and has utilized all data which it believes pertinent from the Engineer, County, and other sources in arriving at its conclusion.

    • The Bidder agrees: (required)

      To do any extra work and furnish other materials which cannot properly be classified under bid items, and to accept as full compensation therefore, such prices as may be determined according to the provisions of the Contract. See 00140.60 "Extra Work".

    • The Bidder agrees: (required)

      That this bid is firm and shall not be withdrawn or revoked by the Bidder for a period of thirty (30) calendar days from the date of the bid opening and that within ten (10) calendar days from the date of the "Notice of Award" of this bid, to execute the Agreement, and to furnish Washington County with satisfactory performance and payment bonds in the sum of the total amount of the contract guaranteeing the faithful performance of the work and payment of all bills.

    • The Bidder agrees: (required)

      To begin work within ten (10) days after the date of the County's "First Notice Notification" and to complete work in all respects within the contract time specified herein. See 00180.50.

    • The Bidder agrees: (required)

      In compliance with ORS 279C.840 and as part of this bid, the Bidder herein agrees that it shall be a condition of its bonds that in performing this contract it shall pay and cause to be paid not less than the prevailing rate of wages as of the date of advertisement for this bid to each and every worker who may be employed in and about the performance of this contract. If the County determines at any time that the prevailing rate of wages has not been or is not being paid as required by the contract, the County may retain from the monies due to the Contractor an amount sufficient to make up the difference between the wages actually paid and the prevailing rate of wages, and may also cancel this contract.

    • The Bidder agrees: (required)

      That all of the applicable provisions of Oregon law relating to public contracts (ORS Chapters 279A and 279C) are, by this reference, incorporated in and made a part of this bid.

    • The Bidder agrees: (required)

      It is agreed that if the Bidder revokes or withdraws its bid within the 30-day period following the bid opening date or if the Bidder is awarded the contract for the work herein proposed and shall fail or refuse to execute the contract and furnish the specified performance and payment bonds within ten (10) calendar days after the date of the “Notice to Award” of its bid, then, in either of these events, the bid security deposited herewith according to the conditions of this Bid shall be forfeited to and retained by the County as liquidated damages in accordance with 00130.60; and it is agreed that the said sum is a fair measure of the amount of damages the County will sustain in case the Bidder shall so withdraw its bid or fail or refuse to execute the contract for the said work and to furnish the performance and payment bonds as specified in the Contract Documents. Bid security in the form of a cashier's or certified check drawn on a lending institution of Oregon shall be subject to the same requirements as a bid bond.

    • The Bidder agrees: (required)

      In accordance with the provisions of the 2024 edition of the "Oregon Standard Specifications for Construction", as modified by these Bid Documents, the undersigned Bidder submits the Bid Schedule (Pricing Table) with the understanding that unit rates and prices are independent of quantities and that the County reserves the right to increase, decrease, or completely eliminate quantities as set forth in 00120.20. Also, the Bidder offers to do the work, whether quantities are changed (increased or decreased) in accordance with 00195.20, or not changed, at the unit rate or price stated in the Bid Schedule (Pricing Table).

    • LIMITING STATEMENTS:

      THE UNDERSIGNED AGREES If you desire to limit the number of contracts to be awarded to your firm at this opening of bids as permitted by subsection 00120.50 of the specifications, please complete one of the following limiting statements:

    • No. 1:

      This bid is conditioned upon my (our) not being awarded more than _____ of the contracts on which I (we) have bid at this opening of bids.

    • No. 2

      This bid is conditioned upon my (our) not being awarded contracts at this opening of bids for an aggregate total amount in excess of the dollar amount below:

    • Signature Page
    • Signature Page (required)

      Complete, print, sign, and upload the Signature Page provided under "Attachments" using the upload box below.

      The original must be mailed to the Walnut Street office on or before the bid opening date.

    • Optional
    • How did you hear about this Bid?
    • Project Number (required)
    • Asbestos working license? (required)

      Licensing per ORS 468A.720 (working with asbestos) [is / is not] required for this project. Reference ORS 279C.365(1)(j).

    • Project Cost Range (required)

      [e.g. $200,000 - $500,000 or $3,000,000 - $7,000,000]

    • Pre-Bid Meeting (required)

      Will there be a pre-bid meeting? (mandatory or optional is selected on the timeline table)

    • ODOT Standard Specifications Edition (required)

    Questions & Answers

    Q (Bid Date): With an advertisement date of 3/02 and bid date of 3/18, 16 days is nowhere near enough time to bid a job of this magnitude (notwithstanding another complex WA county job bidding on 3/11). We would request, at a minimum, a 2 week extension and preferably 3 weeks in order to bid this project.

    A: The County understands the project’s complexity, and bidders should make their best effort to submit bids by March 18. If an addendum is issued during the advertisement period, the County will review its impact and determine whether additional time is warranted.


    Q (Completion Date): Under 00180.50(h) it has a completion time of 459 consecutive calendar days, or no later than 9/20/28. Is this date wrong or is this project starting next year?

    A: See sheets 2C through 2C-7 and sheets BR25 - BR27 for anticipated staging. 00180.50(h)(1) applies to the proposed road closure limiting the duration and the required opening date.


    Q (Test Panel): Should there be a test panel bid item associated with BI 96 Architectural Treatment?

    A: Per special provision 00543.90 - No separate or additional payment will be made for test panels. The test panel is incidental to the pay item.


    Q (Concrete Filled Piling): Is the Class 4000 concrete used to fill the piling part of the Foundation Concrete bid item (92) or is it incidental to the pile pay items?

    A: Concrete for filling piles is incidental to bid items 84 and 85.


    Q (Geotechnical and Hydro Reports): Specification 00250.41 paragraph 5 notes "Project geotechnical and hydraulic specific reports are available for viewing at the office of the Engineer. Prints of these reports are available upon request." Are there any additional reports available other than the supplemental geo report provided in the bid docs? If so can copies be made available? Thank you in advance.

    A: Copies of the bridge design memo and the hydraulic report have been added as attachments.


    Q (Temporary Pedestrian Diversion Structure Questions): Sheet BR25 calls out a Temporary Pedestrian Diversion Structure to be constructed the 1st Fall ( Oct 1 – Nov 30). From visiting the site there is a creek in conflict with the path of the diversion structure approximate station 41+25 to 44+00 (see sheet BR28). Are foundations for the diversion structure allowed in the creek outside of the IWW window? Is there any more information available on the profile of the diversion structure? Is there any foundation report to help with sizing piling for the diversion structure?

    A: The project regulated OHW boundary is located along Beaverton Creek, and the wetland linework between stations 41+25 to 44+00 is the boundary of a wetland and pond system. Temporary structure impacts to the wetland and pond system are permitted per the project environmental permits, consistent with the notes on BR25 and Project Special Provisions. The permitted impact quantities are based on driven piles. The temporary pedestrian diversion structure is allowed to be in place outside of the IWW window. Work below OHW in Beaverton Creek for the temporary pedestrian diversion structure is not permitted. Sheet BR25 provides the criteria for the structure profile.


    Q (MSE Wall Reinforcement/Wall Type Clarification): The Contract Documents indicate a two-stage MSE wall concept with wire mesh facing and cast-in-place concrete fascia installed after the settlement period. The Special Provisions identify preapproved MSE wall systems (single-stage precast panel walls), and ODOT guidance recognizes Type 3E and Type 3G wall systems as acceptable configurations. However, the plan notes are understood to state that extensible reinforcement within the MSE zone is not allowed, which appears to conflict with the specified wall concept intended to accommodate excessive and potentially differential settlement. Please confirm the following: 1. Whether a Type 3E / 3G style non-proprietary wall system is acceptable for these walls. 2. Whether a QPL-approved geogrid reinforcement may be used in that wall system if fully designed for the project conditions. 3. If extensible reinforcement is not permitted, whether bidders are limited to inextensible systems only, and which wall type is intended to satisfy the specified wire face / delayed fascia wall configuration.

    A: Wall Type 3E, as defined the ODOT Geotechnical Design Manual, is not an acceptable wall Type because the Contract documents require a concrete fascia. Per the Contract plans Sheet BR23 Note 5, wall reinforcement shall be inextensible. Wall Type 3G, as defined the ODOT Geotechnical Design Manual, is an acceptable wall type, and does utilize inextensible reinforcement, and satisfies the project requirements.


    Q (Bid Date): I did see the previous Q&A regarding this, but once again would the County consider postponing this project letting date by one week? Contractors had to focus on the most recent County project up until bid time and now are left with little to no time to dig into the plans and specs to ask question before Q&A time expires.

    A: The project bid opening will reschedule to 3/25/2026 in an upcoming addendum.


    Q (Retaining Wall Reinforcement ): MSE wall plans designate that soil reinforcement embedment length (L) is determined by wall designer. Should the geotechnical report be used as the minimum “L” ? It recommends up to 140% of Wall height.

    A: The geotechnical report's mention of reinforcement lengths (e.g., “up to 140% of wall height”) is specified in the plans as a contract minimum in the tables on Sheets BR19 and BR21. The controlling requirement is that embedment length (L) must be designed and provided by the proprietary MSE wall designer using the project’s specified soil and seismic parameters.


    Q (MSE Wall Reinforcement ): With a required design life of 75+ years and corrosive environment, will the Owner allow steel soil reinforcement below the water line in the MSE structures ?

    A: Per Section 00596A – Mechanically Stabilized Earth Retaining Walls of the Special Provisions, all reinforcement must satisfy the required 75 year design life and comply with the proprietary wall system manufacturer’s durability and environmental limitations. These requirements do not preclude steel as long as it is designed for corrosion over 75 years. Sheet BR23 provides corrosion loss rates that shall be considered over the 75-year design life.


    Q (00180.43 Commencement and Performance of Work): "If it is in the Agency's best interest to do so, the Agency may require the Contractor to finish a portion or unit of the project on which work is in progress or to finish a construction operation before Work is started on an additional portion or unit of the Project." I can see problems arising with the verbiage "Agency's best interest". If the Agency’s directive to finish one unit before starting another contradicts the Contractor’s baseline CPM schedule, resulting in idle equipment costs and a loss of production; does this clause grant the Agency the right to mandate that sequence without compensating the Contractor for the resulting 'impact' costs or granting a time extension?"

    A: The Contract (Section 00180) allows the Agency to direct work sequencing when it is in the Agency’s best interest. Such direction does not automatically entitle the Contractor to added time or compensation. Any request for adjustment must comply with the notice and documentation requirements, including timely written notice, schedule impact analysis, and supporting cost documentation. The Contractor remains responsible for managing its operations to meet Agency directed sequencing.


    Q (00150.50 Existing Utility Relocation): The special provisions do not contain any information about existing utilities which are planned to be adjusted or relocated before or during the project and planned coordination information. This is highly irregular for WaCo projects to not include this information. Are there any existing utilities which are planned to be adjusted or relocated before or during the project?

    A: Per Section 00150.50 – Utility Coordination, the Contractor is responsible for contacting utilities, obtaining utility schedules, and incorporating required utility adjustment and relocation time into the Project schedule. The Agency will not approve an initial or updated project schedule that includes unrealistic or unverified utility relocation durations, or durations not supported by documented coordination with the utility owners. Utilities are expected to relocate during the Project, including overhead utility relocations, NW Natural cut‑and‑cap, and the waterline relocation included in Schedule C.


    Q (Testing FRP): The special provisions for the FRP appear to speak to air testing and joint testing for this pipe material. Please clarify if both tests are required.

    A: The FRP will require air testing the line as a whole OR individual joint tests, not both.


    Q (00150.50 Existing Utility Relocation): We acknowledge the answer to question #12. We again state that it is highly irregular for the expected relocation or adjustment information for existing utilities to be omitted from the contract documents. Not all utilities are forthcoming or complete with their plans. This could present issues during the execution of the project.

    A: The Agency will support coordination efforts, including helping facilitate communication with utility owners; however, this support does not change the Contractor’s responsibility for utility coordination and project planning under the Contract. Agency assistance is based on the Contractor providing appropriate documentation of its coordination efforts with the utilities.


    Q (Pile Driving Capacities and Requirements): Use of the prescribed Wave equation inputs in Section 00520.20(d)(3) of the project specifications for Bents 2 and 3 requires a hammer with an energy rating of approximately 300kip-ft (an APE D125 equivalent) to achieve penetration resistance values within the required 2 to 10 blows per inch for an ultimate resistance of 1240 kips. However, such a large hammer produces calculated compressive pile stresses of approximately 45 ksi at stroke heights of 8.5 to 9.5 ft required to mobilize a resistance of 1240 kips. This exceeds the 90-percent limit of material yield strength for the specified ASTM A252 GR 3 steel having a yield strength of 45 ksi (Table 3 of the Supplemental Geotechnical Consultation for Final Design, Nov 6, 2025). We are also concerned that using such a large hammer during the initial drive will impart significant ground motions to the adjacent soils, which are likely to exceed the vibration thresholds for existing utilities discussed in the Supplemental Geotechnical Information transmittal dated January 28, 2026. Based on the project specification request for a 3-day restrike of test piles and our previous experience, elevated porewater pressures in the cohesive subsurface material are expected to reduce soil resistance during initial driving at this site. Assuming a 30% reduction from the required ultimate compressive resistance of 1240 kips yields a target end-of-drive resistance of 868 kips. Using the provided WEAP inputs and an 868 kip resistance, a hammer with a rated energy of approximately 150 kip-ft (APE D62 equivalent) is acceptable for initial drive, with predicted compressive stress values remaining below 38 ksi at stroke heights up to 10 ft. Will the project team consider approving a hammer sized to achieve the required end-of-drive conditions by applying gain/loss factors to the pile shaft, without changing the pile toe resistance in the GRLWEAP analysis? We also propose that, during high-strain dynamic testing of test piles, the end-of-drive and restrike CAPWAP analyses be synthesized. Combining the end bearing from end-of-drive with the shaft resistance from restrike when developing pile driving acceptance criteria would support the use of an appropriately sized hammer and help reduce the risk of pile deformation and damage to existing utilities.

    A: Yes, the project team will consider approving a hammer sized to achieve the required end-of-drive conditions by applying gain/loss factors to the pile shaft without changing the pile toe resistance in the GRLWEAP analysis. The piles for the SW 205th Avenue bridge project will be driven into soft to medium stiff silts and clays overlying very stiff clay. During initial drive of pile installation, the resistance will likely be less than 50 percent of the required pile resistance. The piles will then be driven after a minimum 72-hour setup time during restrike with dynamic pile testing. The restrike will require a minimum permanent pile set of 0.07 to 0.12 inch (2 to 3 mm) per blow to mobilize the full pile resistance. We performed a wave equation analysis for pile hammers with rated energies ranging from 88.5 ft-kips to 122.2 ft-kips. Based on our wave equation analysis, the minimum hammer energy of 107 ft-kips will be required to produce a permanent pile set of at least 0.07 inches (11.3 blows per inch) with maximum estimated pile stresses of 18.6 ksi. The estimated pile driving resistance is slightly above the recommended range of required driving resistance of 2 to 10 blows per inch in OSSC 00520.20(d)(3), but the piles will only need to be driven 15 to 20 blows during restrike. Because the piles will have significantly less driving resistance during initial drive, a smaller hammer may be used to initially install the piles, or the selected larger hammer can be set at a lower fuel setting to produce less energy during initial drive. We assume that the proposal to use the dynamic pile testing for the initial drive and restrike testing to be synthesized is referring to pile superposition. Pile superposition is the process of combining the end bearing measured during initial drive and the side resistance measured during restrike to determine the total nominal resistance. Only the restrike testing will be used for determining the nominal resistance of the piles. The hammer should have sufficient energy to provide a minimum permanent pile set of 0.1 inch during restrike.


    Q (Access to Bent #3): Sheet BR26 shows limited access at Bent #3 (in red) between Beaverton Creek and Bent #3. Can we assume access to Bent #3 will be similar to Bent #2 allowing cranes to get between Bent #3 and #4 for the Bent #3 work?

    A: Contractor access and impacts to the area between proposed bridge Bents 3 and 4 are allowed as long as the 290 Special Provision permit impact quantities are not exceeded.


    Q (BABA ): Good afternoon, Specs say this is a BABA job. Can you please confirm?

    A: Special Provision 00160.20 deletes BABA requirements. BABA does not apply.


    Q (Communications schedule): The Ruggedcom RSG2200 is discontinued and Ruggedcom recommends the RST2228, would this be an acceptable substitute?

    A: Materials substitution requests will need to be provided by the selected contractor post bid award.


    Q (CAD Files): Will CAD files be made available for the bidding process?

    A: CAD files are uploaded as attachments


    Q (2 Stage MSE Walls): Can the fascia of the 2 Stage MSE walls be precast full height panels in lieu of a CIP facing?

    A: Alternative proposals may be considered post bid award. Please refer to 00120.16 in the Special Provisions. Such requests will only be considered after bid award. The response to question #20 is revised to reflect this.


    Q (Bid Item # 187 & # 188): Good morning, I believe you have the verbiage mixed up in these two bid items. Per spec section 02470 (E): Suspended pipe 12" & smaller shall have integrated restrained joints. Bid item #187 says 12" Ductile Iron Pipe with integral restrained joints and Class B Backfill Bid Item #188 says Suspended 12" Ductile Iron Pipe with restrained joints I believe the "integral restrained joints" should be with Bid item #188, which would be the TR Flex Pipe. And normal "restrained joints" should be with Bid Item #187. Can you please confirm?

    A: Per the Special Provisions Section 02470.20(a) D. and E., both buried and suspended 12-inch pipe is required to be integrated restrained pipe. The Special Provisions Section 02470.20(a) D. and E., specifies the approved manufactures for buried and suspended 12-inch pipe, both of which are HDSS. TR Flex is not approved for this project as it is not one of the DI pipe manufacturers listed in the Special Provisions Section 02470.20(a).


    Q (WA County benefits from Fair Competition ): What is the technical justification for prohibiting “extensible” reinforcements for the MSE walls? The "extensible" system specified in Section 596-17A would meet every requirement noted on Sheet BR23, except the parts related to corrosion and brittleness of “inextensible” steel reinforcements. Oregon DOT and the Highway Innovative Technology Evaluation Center (HITEC, AASHTO sponsored) approved AREs concrete-faced panel wall system using “extensible” reinforcements back in 2002. The HITEC review committee included ODOT's own Terry Shike, PE, WSDOT's Tony Allen PE, Ryan Berg, PE, and many of the other foremost MSE wall experts.

    A: The project is bid as designed. Please refer to 00120.16 in the Special Provisions. Such requests for alternative materials will only be considered after bid award.


    Q (Drainage 12" & 18"): After reviewing the modifications made by Addm #1, it appears that the 12" & 18" SSP items are still not reconciled. Please clarify.

    A: Please clarify the question.


    Q (Q#23 Drainage 12" & 18"): To clarify the question, the proposal quantity for items #60 & #62 do not match the takeoff of the 12" & 18" SSP shown on the plans. It appears that some runs may be counted twice.

    A: Revised pipe quantities will be issued as part of addendum #2.


    Q (Pipe pile tips): In lieu of the noted bottom plates with X pattern shown on page BR04 (page 73 of 175), would engineering accept conical tips, either regular nose or blunt nose, as an alternate to the flat plates called out?

    A: Please refer to 00120.16 in the Special Provisions. Such requests will only be considered after bid award.


    Q (Item #79 Str Exc & #80 Gran Str B/F): Are there estimated quantities available for these two items associated with the bridge? Typically, these are listed in the special provisions, however, there is none provided.

    A: The estimated quantity of Structure Excavation (00510) in 69 CUYD. The estimated quantity of Granular Structural Backfill (00510) is 1023CY. These figures will be added to the special provisions in an upcoming addendum.


    Q (Bottom plates on piling): The "X" plate stiffener design on page BR04 has conflicting diameters for the actual bottom plate. For the 16" bottom plate with a 1-1/2" thickness, the "X" plate design shows the OD of the bottom plate as OD minus 1-1/4" which would equal 14.75" (less than the ID of the pipe). The 24" bottom plate with 3-1/2" thickness, the "X"plate design shoes the OD minus 1-1/4" which would equal 22.75" (less than the ID of the pipe). Can engineering please confirm if the OD of the bottom round plate, that attaches to the end of the pile, is to have a matching diameter to the piling sizes called out? With these numbers conflicting, can engineering confirm/update the "X" plate dimensions as well to meet the maximum 1/2" gap called out in the "Pipe Pile Detail"?

    A: The leaders on the OD – 1 ¼” dimension are incorrectly coming off the end plate. The leaders on the OD – ¼” dimension should be coming off the base of the stiffener plates. The stiffener plates are tapered to help with fit up. The end plate diameter is OD.


    Q (BI 145 Bioretention Pond Gate): I noticed BI 163 was deleted beings it was included in the quantities under SP 01011.80. BI 163A was added for 15-foot double gates. The 22 foot double gate mentioned in SP 01011.80 has now been changed to a 15 foot double gate. Are these two different gates?

    A: There are 2 gates on the project. A 15' double gate at the WQ facility that is incidental to BI #145. The second gate (22ft) will be installed on Anzalone Dr. per note 7 on sheet 7B. This will be corrected on an upcoming addendum.


    Q (Concrete Quantities ): Bid items 92 and 94 are the same mix design and have a combined total listed in the specials of 907 CYs. Both being lump sum items I am simply wanting to make sure that I have all items covered. Adding up all the Class 4000 concrete (end bents, center caps, E & D Beams) I am coming up with around 660 CYs. The bridge deck, bridge and end panel sidewalks, moments slabs and bridge rail are all covered under different pay items. Are there other items that are considered to be part of either bid items 92 or 94?

    A: BI 92 will be deleted. Specification 00540.80(a)(1) Foundation Concrete, Class 4000 307CY will be removed in addendum #2.


    Q (Clarification from response to question #27): From page BR04, the Pipe Pile Detail notes that the bottom plates are attached with a backing ring per the drawing and (TC-U4a) designation. What is the required thickness of the backing ring due to the stiffener plate clearance being a maximum of 1/2" max gap, and would engineering accept attachment without a backing ring due to potential clearance issues from these stiffener plates?

    A: A backup bar is required. Size it per the specified AWS D1.1 Prequalified CJP Weld of TC-U4a. Weld submittals including weld details shall be submitted after award.


    Q (Wetlands WA and WB Location): The special provisions section 00290 call out Wetland WA and Wetland WB. I see wetlands in the plans however am not seeing "WA" and "WB" designations in the bid docs. These locations will impact the allowed temp fill quantities on the project for access. Could Wetlands WA and WB be identified to ensure we compliance with the 290 section?

    A: Attachment N, CWS SPL, has been uploaded which identifies wetlands and sensitive areas.


    Q (Concrete Facia on Welded Wire Wall): Does Washington County have a standard drawing for the CIP facia? Where the facia is referenced there is not any detail on the required reinforcing, expansion/contraction joint requirements, etc. to accurately bid. Any additional detail on the CIP facia is appreciated.

    A: The following details will be added to sheet BR22 in addendum #2. Design wall fascia to meet AASHTO LRFD Bridge Design Specifications and provide wall joints and reinforcing that meet serviceability requirements. Provide CIP concrete fascia with a minimum of 5" thickness. Provide full depth vertical joints using 1/2" thick expansion joint filler at 30' maximum spacing. Provide general surface finish and architectural treatment to 1ft minimum below finished grade


    Q (Follow up to CIP wall question #20):

    A: May bidders propose a precast full‑height panel system as an acceptable facing option for the two‑stage MSE walls instead of the cast‑in‑place fascia after bid award? Alternative proposals may be considered post bid award. Please refer to 00120.16 in the Special Provisions. Such requests will only be considered after bid award. The response to question #20 is revised to reflect this.


    Q (Temporary Walks): There does not seem to be any detail showing the temporary walk section. Can a 2" aggr base and 2" asphalt section be assumed?

    A: 2" aggregate base over 2" HMAC are acceptable and will be added to addendum 2.


    Q (Temporary Access Road): We do not find any information on the plans which show where a temporary access road would be required for the owner's use. Can an area of construction be provided? Also, what equipment would the owner require to use on the temporary roadway other than a passenger vehicle?

    A: The temporary access road is intended for use by both the Contractor and the Agency. Agency use is not assumed to exceed inspection needs but is also not restricted if additional access becomes necessary.


    Q (Geotech Report): Is there an original geotechnical report available for this project?

    A: The original geotechnical report is uploaded as attachment "O". This report is superseded by the current report and bridge memo previously provided.


    Q (Existing Bridge As-Builts): Are there as-built drawings for the existing bridge available for this project?

    A: As-built drawings for the existing bridge are not available.


    Key dates

    1. March 2, 2026Published
    2. March 19, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.