Point Of Contact Not Available
CITY OF WILSONVILLE2024 STREET MAINTENANCE Bids due 2:00 p.m. May 21, 2024 INVITATION TO BID (#4014/4118/4725)Sealed bids for furnishing all materials, labor, and equipment for the construction of the 2024 Street Maintenance for the City of Wilsonville ("Project") will be accepted at the City of Wilsonville, City Hall, 29799 SW Town Center Loop East, Wilsonville, Oregon 97070, by mail or hand delivery, until May 21, 2024 at 2:00 p.m., Local Time. At 2:00 p.m. all bids will be publicly opened and read. First-tier subcontractor disclosure submittals from Bidders will be received until May 21, 2024 at 4:00 p.m., Local Time. Bidders that fail to submit disclosure forms within the allowable time period will be considered non-responsive and the submitted bid will be rejected. Jason Rice, PE - Consulting Project Manager is the person designated to receive bids. Bidders must be qualified by the City of Wilsonville ("City") in compliance with ORS 279C.375(3). Bidders (or their sub-contractors) must also be pre-qualified in compliance with Oregon Revised Statutes Chapter 279C.430 by the Oregon Department of Transportation in the Class of Work "ACP", "MHA", "ELEC" and "PAVE" prior to the date bids are due. Bids submitted by a Bidder who is not prequalified prior to the date bids are due will be rejected as non-responsive. In determining the responsiveness and responsibility of any bid submitted, establishing requisite qualification with the City shall not be considered an informality. The choice of bid and/or the rejection of bids will be announced by 5:00 p.m. on May 22, 2024. A contract will be awarded within thirty (30) days after the selection of a qualified Bidder. SCOPE OF WORK("Work") for the Project consists of furnishing all materials, labor, equipment, and supervision for repaving SW Boones Ferry Road, SW Wilsonville Road to SW Bailey Street, reconstructing SW Boberg Road, SW Boeckman Road to SW Barber Street, repaving SW Bailey Street, SW Boones Ferry Road east to cul-de-sac, roadway repair in select locations, new RRFB, signal modifications, and ADA curb ramps. The improvements consist of approximately 8,600 SY of 0-2 inch cold plane pavement removal, 2,000 SY of 3-inch cold plane pavement removal, 2,300 CY of asphalt and base rock excavation, and 15 new curb ramps. There will be approximately 6,300 tons of asphalt concrete pavement, 230 tons of portland cement, and 100 CY of aggregate base. Performance of such additional and incidental work as called for by the Specifications and Contract Documents. The estimated Project cost range is $2.6M-$2.8M. Specifications and Contract Documents are available on April 29, 2024, after 8:00 a.m., at the City of Wilsonville, 29799 SW Town Center Loop East, Wilsonville, Oregon 97070. Copies of the Project Specifications and Contract Documents may be purchased for $35.00 each from the City of Wilsonville. Bidders may also download them at www.questcdn.com and input 9100489. All bids must be submitted on the forms furnished in the Project Specifications and Contract Documents and each must be accompanied by a Bid Security in the amount of ten percent (10%) of the total bid. The successful Bidder will be required to furnish Performance and Payment Bonds from a City approved surety for faithful performance of the contract in the full amount of the contract price. This is a Contract for a Public Works Project ("Contract"), subject to ORS 279C.800 to 279C.870. Therefore, not less than the applicable state prevailing wage rate must be paid on this Project. Wage rates for this Project are those published by the Oregon Bureau of Labor and Industries, entitled "Prevailing Wage Rates for Public Works Contracts," effective January 5, 2024 and all subsequent amendments. (See http://www.oregon.gov/boli/employers/pages/prevailing-wage-rates.aspx.) In addition, all Bidders shall be compliant with all tax laws. No bid will be received or considered unless the bid contains a statement by the Bidder, as part of the bid, that the provisions of ORS 279C.838 or 279C.840 will be met. In accordance with ORS 279C.515, if the Contractor fails, neglects, or refuses to make prompt payment of any claim for labor or services furnished to the Contractor or a subcontractor by any person in connection with the Contract, as the claim becomes due, the City may pay such claim to the person furnishing the labor or services and charge the amount of the payment against funds due, or to become due, to the Contractor by reason of the Contract. If the Contractor or a first-tier subcontractor fails, neglects, or refuses to make payment to a person furnishing labor or materials in connection with the Contract within thirty (30) days after receipt of payment from the contracting agency or Contractor, the Contractor or first-tier subcontractor shall owe the person the amount due, plus interest charges. The payment of a claim in the manner authorized in this section does not relieve the Contractor or the Contractor's surety from any obligation with respect to any unpaid claims. In accordance with ORS 279C.830(2), the Contractor and every subcontractor must have a public works bond filed with the Construction Contractors Board before starting Work on the Project, unless exempt under ORS 279C.836(4), (7), (8) or (9). Additionally, the Contractor shall include in every subcontract a provision requiring the subcontractor to have a public works bond filed with the Construction Contractors Board before starting Work on the Project, unless exempt under ORS 279C.836(4), (7), (8) or (9). In accordance with ORS 279C.520, employees shall be paid at least time and a half pay for daily, weekly, weekend, and holiday overtime. An employer must give notice, in writing, to employees who work on a public contract, either at the time of hire or before commencement of Work on the Contract or by posting a notice in a location frequented by employees, of the number of hours per day and days per week that the employees may be required to work. In accordance with ORS 279C.530, the Contractor shall promptly make payment for medical services that the Contractor has agreed to pay for, and all moneys and sums that the Contractor collected or deducted from the wages of employees under any law, contract, or agreement for the purpose of providing or paying for the services. Each bid must identify whether the Bidder is a resident bidder, as defined in ORS 279A.120. The performance of this Contract does not require a contractor or subcontractor to be licensed to do asbestos abatement work under ORS 468A.720. No bid for this Contract will be received or considered by the City unless the Bidder is licensed with the Construction Contractors Board, as required by ORS 701.035 to 701.055, or the State Landscape Contractors Board, as specified in OAR 137-049-0230. In addition, the Contractor and every subcontractor must obtain a City of Wilsonville Business License or a Metro Business License prior to performing work within the City limits. The City reserves the right to reject any bid that is not in compliance with all prescribed public contracting procedures and requirements, including the requirement to demonstrate the Bidder's responsibility under ORS 279C.375(3)(b). The City may reject any bid for good cause. The City may also reject all bids upon a finding of the agency that it is in the public interest to do so. The City also reserves the right to cancel this Invitation to Bid at any time if it determines it is in the best interest of the City to do so. Therefore, Bidders agree that submitting a bid is at their own risk and the City shall have no liability related thereto. When applicable, all bidding shall comply with President's Executive Order No. 11246. All Bidders shall comply with the applicable provisions of the Equal Employment Opportunity Act of 1972 and the Civil Rights Act of 1964. The Contractor shall use recyclable products to the maximum extent economically feasible in the performance of the Contract. Bidders are required, prior to submission of bids, to examine the site and Specifications of the contemplated Work. Perceived errors and omissions in the Plans or Specifications shall be called to the attention of the City's Project Manager so that an Addendum may be issued. Failure to do so on the part of the Bidder does not relieve Bidder of responsibility for a correct and completely finished job. No pre-bid meeting will be held for this Project. The following is the anticipated timeline for receiving and evaluating bids and awarding a contract to the most qualified Bidder. This schedule is subject to change if additional time is needed. Advertise Invitation to Bid April 29, 2024 Bid Question Submission Deadline May 14,2024 5:00 p.m. Addenda Issuance Deadline May 17, 2024 2:00 p.m. Bid Opening May 21, 2:00 p.m. (Wilsonville City Hall) Evaluation of Proposals Complete May 21, 2024 Notice of Intent to Award May 22, 2024 Award Protest Deadline May 29, 2024 5:00 p.m. City Council Award Hearing June 3, 2024 7:00 p.m. Notice of Award June 4, 2024 For additional information, contact the City Project Manager: Jason Rice, PE City of Wilsonville 29799 SW Town Center Loop E. Wilsonville OR 97070 Telephone: (503) 387-7300 Email:
[email protected] By Order of Zach Weigel, City Engineer, City of Wilsonville, 29799 SW Town Center Loop East, Wilsonville, Oregon 97070. Dated this April 29, 2024. Published Apr. 29, 2024. 2607873
Bid Protests Not Available