SLED Opportunity · OREGON · WASHINGTON COUNTY

    100700 - S.W. Bonita Road / SW Sequoia Parkway Intersection Improvements

    Issued by Washington County
    countyRFPWashington CountySol. 251766
    Closed
    STATUS
    Closed
    due Apr 22, 2026
    PUBLISHED
    Apr 6, 2026
    Posting date
    JURISDICTION
    Washington County
    county
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Washington County, Oregon seeks bids for intersection improvements at S.W. Bonita Road and SW Sequoia Parkway, including traffic signal installation, curb and sidewalk construction, ADA ramps, and erosion control. Project cost is $200,000-$700,000. Bids due April 22, 2026, via OpenGov portal.

    Opportunity details

    Solicitation No.
    251766
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    April 6, 2026
    Due Date
    April 22, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    Washington County
    State
    Oregon
    Agency
    Washington County

    Description

    The project name is: 100700 - S.W. Bonita Road / SW Sequoia Parkway Intersection Improvements.

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

    • Install new traffic signal including new signage, illumination, and pavement markings.
    • Construct curbs, sidewalks and ADA ramps.
    • Install permanent seeding.
    • Implement temporary traffic control and erosion control measures.
    • Perform additional and Incidental Work as called for by the Specifications and Plans.

    The Project cost range is $200,000 - $700,000.

    Project Details

    • Reference ID: 2026.040-LUT CPS
    • Department: LUT-CPS
    • Department Head: Russell Knoebel (Capital Project Services Manager)

    Important Dates

    • Questions Due: 2026-04-18T00:00:00.000Z

    Addenda

    • Addendum #1 (released 2026-04-16T21:41:20.177Z) —

      See attached.

    Evaluation Criteria

    • The Project

      The project name is: 100700 - S.W. Bonita Road / SW Sequoia Parkway Intersection Improvements

    • 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.
    • 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.

    • Pre-Bid Meeting

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

    • 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/
    • 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 1:00 pm on Wednesday, April 22, 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.
    • Bid Documents

      Bid documents will be available on Monday, April 6, 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 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: 2026.040-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.
    • 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: 2026.040-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, April 6, 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)

    Key dates

    1. April 6, 2026Published
    2. April 22, 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.