Active SLED Opportunity · WASHINGTON · LEWIS COUNTY

    Historical Museum Restoration & Preservation Project

    Issued by Lewis County
    countyIFBLewis CountySol. 253628
    Open · 12d remaining
    DAYS TO CLOSE
    12
    due May 26, 2026
    PUBLISHED
    May 5, 2026
    Posting date
    JURISDICTION
    Lewis County
    county
    NAICS CODE
    236220
    AI-classified industry

    AI Summary

    Lewis County seeks bids for the Historical Museum Restoration & Preservation Project involving roof replacement, masonry tuck-pointing, and exterior repairs to preserve the historic museum building in Chehalis, WA. Bids due May 26, 2026.

    Opportunity details

    Solicitation No.
    253628
    Type / RFx
    IFB
    Status
    open
    Level
    county
    Published Date
    May 5, 2026
    Due Date
    May 26, 2026
    NAICS Code
    236220AI guide
    Jurisdiction
    Lewis County
    Agency
    Lewis County

    Description

    Historical Museum Restoration & Preservation Project, Project #31-2520

    NOTICE IS HEREBY GIVEN that Lewis County will open sealed bids and publicly read them aloud at or after 2:00 pm on Tuesday, May 26, 2026 for the above project. The Bid Opening will take place in the Historical Courthouse, 351 NW North St, on the 2nd floor in the BOCC Hearing Room.
     
    Each bid shall be in accordance with the plans, specifications, and other contract documents available through the procurement portal at: https://procurement.opengov.com/portal/lewiscountywa

    Project Name and #: Historical Museum Restoration & Preservation Project, Project #31-2520
    Location of work: 599 NW Front Street, Chehalis, Washington, 98532
                
    Contact Person: Matt Patana, Capital Infrastructure Specialist, (360) 219-5134, matt.patana@lewiscountywa.gov

    Pre-Bid Walk: 11:00 am on Wednesday, May 13, 2026 at 599 NW Front Street, Chehalis, Washington, 98532

    Each bid shall be accompanied by acceptable bid security in the sum of five percent (5%) of the bid amount, a signed non-collusion affidavit and a signed bid form.

    Bids must be submitted electronically through the procurement portal at https://procurement.opengov.com/portal/lewiscountywa no later than 2:00 pm on Tuesday, May 26, 2026. Bids submitted after the due date will not be accepted.

    The Lewis County Internal Services Department in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary, Part 21, nondiscrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration for an award.

    Background

    This project is funded in part by 2025-2027 Washington State Capital Budget appropriation and must comply with all applicable Commerce CCF Grant Guidelines.

    The Lewis County Historical Museum, housed in a historic train depot in Chehalis, WA, preserves the rich heritage of Washington State, the American West, and local Indigenous tribes. Once stretching from the Cowlitz River to Sitka, Alaska, Lewis County, known as "the mother of all counties," is central to our local, state, and national history. Unfortunately, the museum's aging roof has reached the end of its lifespan, with past repairs no longer holding up. Water intrusion now threatens both the historic building and the invaluable collection inside. To address this, the project will involve replacing the failed roof and flashing, conducting masonry repairs and some tuck pointing to the existing brick. The time has come for a comprehensive restoration to preserve this important piece of history for future generations.

    The purpose of this project is to hire a qualified contractor to professionally restore critical exterior components of the Historical Museum. The primary goal is to make the structure fully watertight and ensure long-term protection of the building and its contents.

    The work will include:
    • Removal and replacement of the failed roof
    • Installation of new flashing
    • Repairs to roof sheathing and framing where water intrusion has caused damage
    • Limited tuck‑pointing to restore deteriorated masonry and prevent further moisture infiltration that could affect the building’s historic interior plaster

    Upon completion, the building’s exterior envelope will be comprehensively restored and significantly improved in its resistance to water intrusion.

    Project Details

    • Reference ID: 31-2520
    • Department: Capital Infrastructure
    • Department Head: Matt Patana (Capital Infrastructure Specialist)

    Important Dates

    • Questions Due: 2026-05-20T00:00:00.000Z
    • Pre-Proposal Meeting: 2026-05-13T18:00:00.000Z — 599 NW Front Street, Chehalis, Washington, 98532

    Evaluation Criteria

    • Compensation

      Compensation will be made in the per the amount of the selected bidder, plus Washington State Sales Tax, upon completion of contract.  Progress payments may be made at the County's discretion upon the County's approval of the  Contractor's invoices, to the extent that said invoices reflect the completion of project milestones by the Contractor (milestones are points at which significant components of the project have been completed and at which tangible project deliverables of material value have been received by the County).

    • Prevailing Wage

      This project has been determined to be “Public Works” as defined by RCW 39.04 and WAC 296-127 and is subject to Washington State Prevailing Wage Laws.  Current Prevailing Wage Rates for work performed in Lewis County is attached hereinto and can also be found at https://secure.lni.wa.gov/wagelookup/.  The bid date used is TuesdayTuesday, May 26, 2026.  These rates apply to Lewis County and may not apply to work performed outside Lewis County.

      A printed copy is available in the issuing office and a printed copy may be mailed upon request.

      In addition, successful Contractor and any subcontractors are required to file Statement of Intent to Pay Prevailing Wages, Affidavits of Wages Paid and file Certified Payroll Records as per L&I requirements.

      Pursuant to RCW 39.12.040 the Contractor and each and every subcontractor from the contractor or a subcontractor must submit to the contract manager a "Statement of Intent to Pay Prevailing Wages". For a contract in excess of ten thousand dollars, the statement of intent to pay prevailing wages must include:

      (i) The contractor's registration certificate number; and

      (ii) The prevailing rate of wage for each classification of workers entitled to prevailing wages under RCW 39.12.020 and the estimated number of workers in each classification. A copy of the Intent approved by L&I must be posted in a location readily visible to workers at the worksite

       

       

    • Submittal and Documentation Requirements

      Permits and Approvals
      The contractor shall obtain and maintain all required permits, inspections, and approvals from the Authority Having Jurisdiction (AHJ) for the duration of the project. Documentation of all permits and approvals shall be submitted to the County prior to the start of work and updated as additional approvals are issued.

      Submittal and Documentation Requirements
      The contractor shall provide all required documentation to the County for review and approval prior to and throughout the project. Submittals shall include the following:

      Action Submittals
      • Product data for all roofing materials, including shingles, underlayment, flashings, and accessories.
      • Manufacturer’s written installation instructions for the specified roofing system.
      • Any applicable sustainable design or materials information (if required by the County).

      Informational Submittals
      • Sample copies of warranties prior to execution.
      • Inspection reports prepared by the Roofing Inspector, including weather conditions, work completed, tests performed, deficiencies noted, and corrective actions taken. Reports must be submitted within 48 hours of each inspection.
      • Any manufacturer-provided technical advisories or application recommendations relevant to the installation.

      Closeout Submittals
      • Fully executed warranties, including both manufacturer and contractor workmanship warranties.
      • Maintenance data for inclusion in the County’s facility maintenance records.
      • Final material and product documentation as installed.

      Quality Assurance
      Installer Qualifications: Contractor must employ workers trained and certified by the roofing manufacturer, including a full-time on-site supervisor with a minimum of five years’ experience installing comparable products. Personnel must be able to effectively communicate with County staff and must be qualified to install and warranty the specified roofing system.
      Manufacturer Qualifications: Roofing materials shall be provided by a manufacturer with at least five years of documented experience producing architectural shingle systems successfully used in similar applications.

      Comparable Product Substitutions (if allowed by the County):
      If substitutions are permitted, the contractor must submit all required documentation within the established substitution review period. Submittal requirements include:
      • A notarized product certificate identifying the proposed substitute product and verifying that it meets all contract requirements.
      • Product data, including certified independent test results demonstrating compliance with project specifications.
      • Samples of each component proposed for substitution.
      • Submittals from at least one similar completed project using the same product.
      • Project references for a minimum of five installations of the proposed product, each at least five years old, with owner contact information.
      • A sample warranty for the proposed product.

    • Historic Museum Roof Replacement

      This project includes the removal of the existing asphalt shingles and the installation of new architectural asphalt shingles on the historic museum’s wood roof deck. Prior to installation, the contractor shall examine all substrates, roof penetrations, curbs, and associated components to verify they are structurally sound, properly secured, and compliant with manufacturer installation requirements. The wood deck must be inspected for signs of damage, rot, or deterioration, and any loose or projecting fasteners shall be corrected. No roofing work shall proceed until all unsatisfactory conditions are remediated.

      The contractor shall prepare the substrate by cleaning all roof surfaces of debris, dust, moisture, and any materials that could interfere with proper shingle installation. All sharp projections must be removed, and roof drains or gutters must be protected from debris throughout the project. Temporary weatherproofing of completed sections is required at the end of each workday or when rain is anticipated.

      All required safety measures, including fall protection, perimeter control, and safe material handling, must be implemented at the contractor’s expense and maintained throughout the project. The contractor shall comply with all applicable safety regulations and ensure a secure work environment for workers and visitors.

      Architectural shingles, underlayment, flashings, and all associated components shall be installed in strict accordance with the manufacturer’s written instructions and industry best practices. All wood blocking, nailers, and related carpentry work, where required, shall comply with applicable carpentry standards. Flashings, transitions, and penetrations must be installed to ensure a watertight roofing system suitable for a historic structure.

      The contractor shall protect all historic building features, finishes, and architectural elements from damage during construction. This includes implementing appropriate coverings, barriers, and handling practices to ensure no impact to the building’s historic character.

      A thorough final cleanup is required. The contractor shall remove all roofing debris, nails, packaging, and construction materials from the site, leaving the grounds and surrounding areas clean and free of hazards.

      • A County representative will conduct a required final walkthrough with contractor prior to project closeout.
    • Asphalt Shingle Specification

      1. System Components • Granule‑surfaced asphalt shingles
      • Underlayment (moisture‑shedding and ice‑dam protection)
      • Metal flashings
      • Accessories like nails, roofing cement, ridge vents

      2. Code & Testing Standards The shingles and underlayments must meet a long list of ASTM and UL standards covering:
      • Fire resistance (ASTM E108 / UL Class A)
      • Wind resistance (ASTM D3161 or ASTM D7158)
      • Shingle performance and composition (ASTM D3462, D3018)
      • Ice‑dam underlayment (ASTM D1970)
      If the product does not meet these, it should not be accepted.

      3. Quality Assurance Requirements • Installer must be licensed and trained by the manufacturer
      • Work must follow the NRCA Roofing Manual
      • Product compliance must meet AHJ requirements

      8. Products SpecifiedCertainTeed Landmark shingles (basis of design)
      • Fiberglass asphalt shingles meeting Class A, wind resistance, algae resistance
      • Waterproofing underlayment (WinterGuard)
      • Supplemental synthetic underlayment (RoofRunner)
      • Flashings (steel, aluminum, or copper)
      • Ridge vent (CertainTeed)
      • Approved nails and roofing cement

      9. Installation Requirements • Prepare and clean roof deck
      • Install drip edge, ice‑dam protection, underlayment, valley protection, and metal flashing per manufacturer
      • Install shingles exactly per manufacturer instructions
      • Ensure all penetrations are fully weather‑tight

       

    • Warranty
      • The contractor shall provide roofing materials and installation that meet or exceed the following warranty requirements:

        Manufacturer’s Standard Warranty
        • Architectural asphalt shingles shall include a Lifetime Limited Warranty from the manufacturer.
        • Warranty coverage shall provide a minimum of 30 years of non‑prorated protection for materials and labor.
        • Coverage shall include tear‑off and disposal costs.
        • Workmanship shall be warranted for a minimum of 30 years.

        Wind Warranty
        • Shingles must include a standard 110 mph wind warranty.
        • When project conditions allow, the contractor shall install all required manufacturer‑approved accessories (starter shingles, hip and ridge products, etc.) to qualify for the 130 mph upgraded wind warranty.

        Warranty Documentation
        • All warranty documents, registration materials, and activation forms must be submitted to the County at project closeout.



    • Execution Plan for Tuck-Pointing Repairs – Historical Museum

      Project Overview
      This project focuses on strategic tuck-pointing repairs to ensure the Historical Museum remains watertight and protected from environmental damage. Due to budget and scope limitations, work will be concentrated on critical areas above the roofline where deterioration poses the greatest risk to water infiltration.

      Scope of Work

      • Perform selective repointing of masonry joints on elevations above the roofline.
      • Use appropriate mortar that matches the historic masonry in composition, color, and texture, following National Park Service (NPS) preservation guidelines.
      • Coordinate tuck-pointing with roof replacement and flashing installation to create a comprehensive water-tight envelope.

      Methodology

      • Inspect and identify deteriorated joints requiring immediate attention.
      • Carefully remove failed mortar without damaging adjacent masonry.
      • Apply new mortar in compliance with NPS standards for historic masonry repair:
        • Match original mortar properties (lime-based, compatible aggregates).
        • Avoid Portland cement-based mixes that can damage historic brick.
      • Ensure proper curing and protection during work to prevent premature failure.

      Preservation Considerations
      This work will adhere to best practices outlined in NPS resources:

      • Preservation Brief 2: Repointing Mortar Joints in Historic Masonry Buildings
      • Restoration Guide for Historic Masonry Buildings
      • Rehabilitation Guidelines for Masonry

      End Goal
      The primary objective is to maintain the museum’s structural integrity and prevent water intrusion while respecting its historic character. This targeted approach will stabilize vulnerable areas and prepare the building for future preservation efforts.

    Submission Requirements

    • Current Workload (required)

      On a separate sheet, list all the major projects your firm has in progress or are projected to commence during the next 6 months, giving the name of project, Owner, architect, contract amount, percentage complete and scheduled completion date.  Failure to list all major projects shall render the bid non-responsive.

      List the current or projected workload for the next 12 months including this Contract, expressed in total contract value.  
      $_______________

      List actual contracted workload for the previous 12 months, expressed in total contract value.
      $_______________

      The bidder’s current or projected workload, during the life of this contract, shall not exceed 150% of the actual contracted workload over the previous 12 months unless the bidder can demonstrate to the Owner’s satisfaction that it has the capacity to assume the additional work of this project, provide adequate staffing, and meet project demands.

    • List of Completed Projects (required)

      On a separate sheet, list all the major projects ($75,000 and above) your firm has completed in each of the past five (5) years, giving the name of project, Owner (contact name and phone numbers, architect (contact name and phone numbers), contract amount, date of completion and percentage of the cost of the work performed with your own forces. This information will be used for references.

    • Experience of Superintendent or Project Manager (required)

      Submit resume and references if different than above, of the person proposed by the bidder to superintend the work.  This person shall have managed projects of similar complexity and similar size, and successfully completed the project within the last three (3) years.

      Superintendent and/or Project Manager shall not be replaced on the project without full consent of the Owner.

    • Please share any experience in Historical Masonry and or tuckpointing per (NPS) preservation guidelines. (required)
    • Equipment (required)

      Submit affidavit that firm has equipment necessary to perform all phases of work.

    • Contractor's Ability to Meet the Project Schedule (required)

      On a separate sheet, list the project titles, original contract time, and change order time extensions for three specific projects. Bidder shall document that it achieved substantial completion of three previous projects of similar size and scope within no more than 105% of the final contracted time for completion (including change ordered adjustments). 

    • References from Owners of Previous Projects (required)

      Owner will check references by contacting owners of previous projects on bidder’s performance over the last five years. On average, such references shall be satisfactory or better on a five category scale with “satisfactory” at mid scale.  A reference score sheet will be utilized for rating completed projects of similar scope and value.

    • Public Agency Debarment (required)

      Bidder shall not have been debarred by any Public agency within the last two (2) years.

    • Non-Collusion Affidavit (required)

      Please download the below documents, complete, and upload.

    • Bid Form (required)

      Please download the below documents, complete, and upload.

    • Copy of Bid Bond for this project. (required)
    • What day and time will Bids be opened and read out loud? (required)

      Example: 2:00PM on Wednesday, August 9, 2023. 

    • Location of work: (required)

      Example: 185 Chehalis Ave., Chehalis, WA

    • Will you be using an Electronic Pricing Table? (required)
    • Will evaluation phases be used? (required)
    • Roads projects
    • Is this a roads project? (required)
    • Select Divisions needed: (required)
    • select divisions needed (required)
    • This contract provides for the improvement of ***  *** and other work, all in accordance with the attached Plans, these Contract Provisions, and the Standard Specifications. (required)

      Provide applicable information. 

    Key dates

    1. May 5, 2026Published
    2. May 26, 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.