Active SLED Opportunity · WASHINGTON · LEWIS COUNTY
AI Summary
Lewis County seeks bids for storm drainage improvements and repaving at Southwest Washington Fairgrounds Midway. The project includes concrete removal, storm system installation, paving, and event coordination with strict timelines to avoid disruption of fair events. Bids due May 26, 2026.
Southwest Washington Fairgrounds Midway Drainage Improvements and Repaving Project, Project #31-2609
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 #: Southwest Washington Fairgrounds Midway Drainage Improvements and Repaving Project, Project #31-2609
Location of work: 1909 South Gold St. Centralia, WA 98531
Contact Person: Matt Patana, Capital Infrastructure Specialist, (360) 219-5134, matt.patana@lewiscountywa.gov
Pre-Bid Walk: 12:00 pm on Thursday, May 14, 2026 at 1909 South Gold St. Centralia, WA 98531 (Fair Office)
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.
In the spring of 2025, Lewis County completed a major water system rehabilitation project at the Southwest Washington Fairgrounds and associated park areas.
Key elements of the 2025 water system project included:
This water line replacement project addressed long-standing issues with the fairgrounds’ aging potable water infrastructure, improving reliability, reducing leaks, and supporting future demand for events, vendors, and facilities. The work involved trenching and surface disturbances in multiple areas of the grounds, including zones near or overlapping with the Midway.
The recently installed water lines are now in place and must be protected and coordinated with during the upcoming Midway drainage and repaving work. Bidders should anticipate working in proximity to the new water infrastructure, including potential utility locates, careful excavation near the new mains, and any required adjustments or protections to valves, fittings, or service connections.
This sequential approach — first upgrading the water system in 2025, followed by storm drainage improvements and Midway repaving — is part of Lewis County’s broader effort to modernize critical infrastructure at the Southwest Washington Fairgrounds. The goal is to resolve chronic drainage and flooding problems on the Midway while creating a safer, more durable surface for high-volume pedestrian traffic during the annual fair and other events.
The Contractor shall plan, schedule, and execute all construction activities in a manner that avoids adverse impacts to the Southwest Washington Fair or any other scheduled events occurring on the fairgrounds. Work sequencing shall ensure that public‑facing areas remain safe, accessible, and visually acceptable during all event periods.
To meet this requirement, the following conditions apply:
Time is of the essence for this project.
1. Fixed Construction Window
• The earliest allowable date for active on‑site work is June 8.
• All work within the Midway area and other event‑sensitive zones must be fully completed or appropriately mitigated no later than July 31.
• After July 31, no construction activity may impact, restrict, or impair fair operations, vendor access, pedestrian flow, parking, or any scheduled events occurring before, during, or immediately after the fair.
2. Midway Priority Work Zone
The Contractor shall prioritize work in the Midway and primary circulation corridors to ensure these areas achieve either:
• Full completion by July 31, or
• Temporary restoration to a condition that is safe, accessible, ADA‑compliant, and visually acceptable for event use.
3. Event‑Ready Temporary Mitigation
Where permanent improvements cannot be completed by July 31, the Contractor shall install temporary surfacing or protection such as:
• Compacted gravel
• Temporary asphalt
• Steel plating
• Approved ADA‑compliant temporary walk surfaces
Such measures must eliminate hazards and prevent disruption to event activities.
4. No Open Excavations During Events
All excavations within public or event‑accessible areas must be backfilled, secured, plated, or otherwise rendered safe before July 31 and prior to any scheduled events thereafter.
5. Coordination With Owner
• The Contractor shall coordinate closely with the Owner to obtain the event calendar and any blackout or restricted construction dates.
• Weekly schedule updates must clearly indicate progress within the Midway and any work scheduled near operationally sensitive areas.
6. Pre‑Event Site Restoration Requirement
At least 48 hours before any fair‑related activity or scheduled event, the Contractor shall ensure:
• All materials, spoils, and equipment are removed from public‑use areas.
• All temporary mitigation is in place and functioning.
• All pedestrian and vehicle access routes are clean and safe.
Liquidated Damages for Delay
Time limits for this project are critical due to scheduled Southwest Washington Fair events. The Contractor shall begin active work no earlier than June 8 and shall complete all work, or provide Owner‑approved temporary surfacing and mitigation measures, no later than July 31, so that the site is fully safe and usable for all fair activities.
If the Contractor fails to achieve Substantial Completion or provide acceptable Event‑Ready temporary mitigation by July 31, the Contractor shall pay liquidated damages of $10,000 per calendar day for each day beyond this date until the Work has reached Event‑Ready Condition to the satisfaction of the Owner. These damages are agreed upon as the reasonable estimate of actual costs and impacts associated with delayed completion, including but not limited to disruption to fair operations, emergency repairs, site safety measures, staff time, public safety risks, and loss of operational readiness.
After the conclusion of all fair events and upon resumption of construction activities, if the Contractor fails to achieve Final Completion within the contractually established timeframe (or as otherwise agreed upon in writing), the Contractor shall pay liquidated damages of $500 per calendar day until Final Completion is achieved.
Liquidated damages shall not be considered a penalty, but rather a fair and reasonable pre‑estimate of the Owner’s damages resulting from Contractor delay.
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).
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 Tuesday,Tuesday, 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
1.1 Summary
This section specifies all administrative, product, testing, installation, and closeout submittals required for construction of the SWWF Site Preparation, Grading, Paving, and Stormwater Improvements Project. Requirements are derived from the contract drawings including C1.2–C5.2 Storm General Notes, Construction Notes, Drainage Notes, Details, and Structure Tables.
1.2 Related Documents
1.3 Submittal Schedule (Required)
A contractor-prepared Submittal Schedule shall be submitted within 10 days of Notice to Proceed including:
1.4 Quality Assurance Submittals (Required)
1.5 Photographic Documentation (Required)
1.6 Work Plans (Required)
2.1 Storm Pipe & Fittings
Submit product data and compliance certifications for every pipe type shown on plans:
2.2 Catch Basins & ADA Grates
2.3 Precast Structures & Manholes
2.4 Stormwater Pump Station (Sheet C5.2)Submit documentation for all 20+ Bill of Materials items, including:
3.1 Field Verification Submittals
3.2 Staking Submittals
3.3 Erosion Control Submittals
3.4 Testing Submittals
3.5 Closeout Submittals
Description
Removal of existing concrete pavement, sidewalks, pads, or foundations shown on Sheets C2.1–C2.2 as “Concrete Excavation Incl. Haul.”
Submittals
• Removal and disposal plan
• Identification of disposal facility (must be a permitted site)
• Means and methods for breaking/removal to protect adjacent utilities and improvements
• Dust and noise control plan
• Proposed equipment list (especially if near buildings, utilities, or event areas)
Execution Requirements
• Sawcut edges clean and straight where concrete removal meets pavements to remain
• Protect adjacent pavements, structures, utilities, and drainage assets
• Remove entire slab thickness unless otherwise directed
• Remove all debris and fine material; no buried concrete allowed
• Backfill removed areas per grading plan with approved material
• Provide temporary surfacing if removal occurs before July 31 or affects public/event paths
Disposal Requirements
• Haul concrete to a permitted waste or recycling facility
• Submit weight tickets if required by owner
This work includes the removal, abandonment, and installation of all storm drainage components shown on the Site Prep, Grading, Paving, and Drainage Plans (Sheets C1.2–C5.2). Work shall conform to:
Contractor shall protect the following throughout the project, per plan notes:
Remove or abandon the following per the Demo Plans:
Install new storm pipe as indicated on Drainage Plans, including:
Install all structures shown, including:
Set all structure rims and invert elevations to the values listed in the Structure Table (Sheet C4.2).
4.3 ConnectionsInstall complete pump station system per Sheet C5.2 consisting of:
Manhole joints shall be watertight; shim/grout to finish grade.
The work includes all labor, materials, equipment, and incidental items necessary to prepare subgrade, place new asphalt pavement, match existing grades at buildings, and ensure proper drainage alignment as shown in the prints provided.
All work shall conform to the governing agency’s standard specifications for paving, grading, materials, compaction, and workmanship.
The Contractor shall plan, schedule, and execute all construction activities in a manner that avoids adverse impacts to the Southwest Washington Fair or any other scheduled events occurring on the fairgrounds. Work sequencing shall ensure that public‑facing areas remain safe, accessible, and visually acceptable during all event periods.
To meet this requirement, the following conditions apply:
1. Fixed Construction Window
• The earliest allowable date for active on‑site work is June 8.
• All work within the Midway area and other event‑sensitive zones must be fully completed or appropriately mitigated no later than July 31.
• After July 31, no construction activity may impact, restrict, or impair fair operations, vendor access, pedestrian flow, parking, or any scheduled events occurring before, during, or immediately after the fair.
2. Midway Priority Work Zone
The Contractor shall prioritize work in the Midway and primary circulation corridors to ensure these areas achieve either:
• Full completion by July 31, or
• Temporary restoration to a condition that is safe, accessible, ADA‑compliant, and visually acceptable for event use.
3. Event‑Ready Temporary Mitigation
Where permanent improvements cannot be completed by July 31, the Contractor shall install temporary surfacing or protection such as:
• Compacted gravel
• Temporary asphalt
• Steel plating
• Approved ADA‑compliant temporary walk surfaces
Such measures must eliminate hazards and prevent disruption to event activities.
4. No Open Excavations During Events
All excavations within public or event‑accessible areas must be backfilled, secured, plated, or otherwise rendered safe before July 31 and prior to any scheduled events thereafter.
5. Coordination With Owner
• The Contractor shall coordinate closely with the Owner to obtain the event calendar and any blackout or restricted construction dates.
• Weekly schedule updates must clearly indicate progress within the Midway and any work scheduled near operationally sensitive areas.
6. Pre‑Event Site Restoration Requirement
At least 48 hours before any fair‑related activity or scheduled event, the Contractor shall ensure:
• All materials, spoils, and equipment are removed from public‑use areas.
• All temporary mitigation is in place and functioning.
• All pedestrian and vehicle access routes are clean and safe.
Time limits for this project are critical due to scheduled Southwest Washington Fair events. The Contractor shall begin active work no earlier than June 8 and shall complete all work, or provide Owner‑approved temporary surfacing and mitigation measures, no later than July 31, so that the site is fully safe and usable for all fair activities.
If the Contractor fails to achieve Substantial Completion or provide acceptable Event‑Ready temporary mitigation by July 31, the Contractor shall pay liquidated damages of $10,000 per calendar day for each day beyond this date until the Work has reached Event‑Ready Condition to the satisfaction of the Owner. These damages are agreed upon as the reasonable estimate of actual costs and impacts associated with delayed completion, including but not limited to disruption to fair operations, emergency repairs, site safety measures, staff time, public safety risks, and loss of operational readiness.
After the conclusion of all fair events and upon resumption of construction activities, if the Contractor fails to achieve Final Completion within the contractually established timeframe (or as otherwise agreed upon in writing), the Contractor shall pay liquidated damages of $500 per calendar day until Final Completion is achieved.
Liquidated damages shall not be considered a penalty, but rather a fair and reasonable pre‑estimate of the Owner’s damages resulting from Contractor delay.
1. Warranty Period
Contractor shall warrant all work, materials, and workmanship for a period of one (1) year from the date of Substantial Completion or as otherwise stated in the contract documents.
This includes:
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.
On a separate sheet, list all the major projects ($150,000 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.
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.
Submit affidavit that firm has equipment necessary to perform all phases of work.
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).
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.
Bidder shall not have been debarred by any Public agency within the last two (2) years.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Example: 2:00PM on Wednesday, August 9, 2023.
Example: 185 Chehalis Ave., Chehalis, WA
Provide applicable information.
Q (Project Spec Book): Is there an actual spec book for this project, there are 2 plan downloads, but one does not work. Please confirm regarding the spec book.
A: There is no actual spec book for this project, both plans in the attachments are the same so no difference in them... I am not sure why the C attachment wasn't working but there is no difference.
Q (Engineer's Estimate): Is there an Engineer's Estimate for this project?
A: No there is not an Engineers estimate.
Q (Insurance Requirements): For the insurance requirements is builders risk needed for the project? the page for insurance requirements in the specs says sample on it so i wanted to make sure that these are the correct requirements for the project.
A: yes, builders' risk insurance is needed.
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.