State Bid

Last Updated on 04 Jan 2023 at 5 AM
ITB
Oregon

WILLAMINA WATER SYSTEM IMPROVEMENTS PROJECT A

Solicitation ID 2464590
Posted Date 04 Jan 2023 at 5 AM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Daily Journal Of Commerce
Location Oregon United states
Point Of Contact Not Available
CITY OF WILLAMINAWILLAMINA WATER SYSTEM IMPROVEMENTS PROJECT A Bids due 2:00 pm, February 9, 2023 INVITATION TO BIDNotice is hereby given that the City of Willamina will open sealed bids from qualified contractors for the construction of the Willamina Water System Improvements Project A. Sealed bids will be received by the City of Willamina (Owner/City), Jeff Brown, Public Works Director at the Willamina City Hall, 411 NE C St, Willamina, OR 97396., until the BID CLOSING at 2:00 PM local time on February 9, 2022 at which time the Bids received will be publicly opened and read. No bids will be received after the BID CLOSING time. The Project generally consists of installation of 3,352 linear feet (LF) of 12-inch diameter, fused C900 polyvinyl chloride (FPVC) raw water pipeline within an existing public right-of-way and a utility easement (PUE); installation of 3,090 LF of 12-inch FPVC diameter distribution main within public roads and greenfield PUEs; installation of 540 LF 8-inch diameter PVC water pipeline; construction of a new CMU block building; installation of a fire pump with variable frequency drive (VFD); installation of VFDs with sine wave filters onto existing booster pumps; installation of an emergency generator; replacement of the existing SCADA and controls system, and all labor, Equipment, Materials, and incidentals necessary to complete the Work as specified. This project is funded whole or in part by local funds and the following funding Agency Partners ("Agency"): · Federal Safe Drinking Water Revolving Loan Fund (SDWRLF) · Federal Community Development Block Grant CARES Act Funding, Impact Assistance Public Facilities Grant (CDBG-CV) · Yamhill County ARPA Grant · U.S. Environmental Protection Agency (EPA) Community Grant Bidders shall comply with Agency requirements, including American Iron and Steel (AIS) and Buy American Sourcing requirements (i.e., BABA), as included in these specifications and submit the required forms. A non-mandatory, pre-bid conference will be held from 9:00 AM to 10:30 AM local time on Thursday, January 19, 2023 at the Willamina Water Treatment Plant, NW 6th Street and Churchman Street, Willamina, OR. Attendance at the pre-bid conference is highly encouraged but is not mandatory. A site walk will immediately follow the pre-bid conference. The Issuing Office for the Bidding Documents is: Keller Associates, 245 Commercial Street SE, Ste. 210, Salem, OR 97301. The contact person is Shannon Williams, PE who can be reached at 503-364-2002 or [email protected]. Questions regarding the project should be referred to Jeff Brown, Public Works Director ([email protected]), Luke Tabor, EI, Project Engineer, Keller Associates, ([email protected]), and Shannon Williams, PE, [email protected]. Prospective Bidders may examine a physical version of the Bidding Documents at the Issuing Office on Mondays through Fridays between the hours of 8 AM and 5 PM and may obtain copies of the Bidding Documents from the Issuing Office as described below. Complete Bidding Documents will be available on January 4, 2023 available for download from Quest CDN. This Contract is QuestCDN Project #8267764. The digital documents cost $22.00. To download online, go to www.kellerassociates.com and click on the Current Projects Bidding tab which redirects to the Quest CDN website which hosts projects advertised by Keller Associates. To be considered a Planholder for bids, a contractor must register with QuestCDN.com and purchase the contract documents in digital form. Registering as a Planholder is recommended for all prime contractors and subcontractors as Planholder's will receive automatic notice of addenda and other contract document updates via QuestCDN. Bidding Documents may also be obtained from the Issuing Office during the hours indicated above. Bidding Documents are available on compact disc (as portable document format (PDF) files) for a non-refundable charge of $125.00. Alternatively, printed Bidding Documents may be obtained from the Issuing Office either via in-person pick-up or via mail, upon Issuing Office's receipt of payment for the Bidding Documents. The non-refundable cost of printed Bidding Documents is $350.00 per set, payable to "Keller Associates, Inc.". Upon Issuing Office's receipt of payment, printed Bidding Documents will be sent via the prospective Bidder's delivery method of choice; the shipping charge will depend on the shipping method chosen. The date that the Bidding Documents are transmitted by the Issuing Office will be considered the prospective Bidder's date of receipt of the Bidding Documents. Partial sets of Bidding Documents will not be available from the Issuing Office. Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda if any, obtained from sources other than the Issuing Office. This is a public work contract subject to ORS 279C. 800 to 279C.870 and the federal prevailing rate of wage required under the Davis-Bacon Act (40 U.S.C. 276a) and related acts, and any amendments in effect at time of solicitation. Both State and Federal prevailing wage laws apply. Oregon law requires that the higher of the State prevailing wage rates or Federal Davis-Bacon Act prevailing wage rates be paid to workers on projects subject to both the State prevailing wage rate law and Federal Davis-Bacon Act. Bids will be received for a single prime Contract. Bids shall be on a lump sum and unit price basis, with additive alternate bid items and Scheduled items as indicated in the Bid Form. Bid security shall be furnished in accordance with the Instructions to Bidders. The successful bidder will be required to furnish to the Owner a performance bond and a payment bond each equal to one hundred percent (100%) of the amount of the bid. The successful bidder and all subcontractors will be required to furnish to the Oregon Construction Contractors Board a public works bond in the amount of five percent (5%) of Bidder's maximum Bid price (determined by adding the base bid, Schedule A, and all alternates), unless exempt under ORS 279C. The Owner reserves the right to reject any and all bids, to waive any irregularities, and to accept the bid deemed in the best interests of Owner. Owner may reject any bid not in compliance with all prescribed public bidding procedures and requirements and may reject for good cause any or all bids upon a finding of the agency, if it is in the public interest to do so. The Contractor shall note that this is a public works contract subject to subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (Section 3). As such, preference shall be given to qualified Section 3 Business Concerns when awarding the Contract. Additionally, this calls for affirmative action by the Contractor to train and/or hire Section 3 Workers and to Subcontract with Section 3 Business Concerns. Any business seeking Section 3 preference in the awarding of contracts or purchase agreements with the City should follow the steps at https://hudapps.hud.gov/OpportunityPortal/ to register their business in HUD's Section 3 Business Registry. Section 3 businesses must meet minimum qualifications, including prequalification with the City, and have the ability and capacity to perform successfully under the terms and conditions of the proposed contract. Section 746 of Title VII of the Consolidated Appropriations Act of 2017 (Division A - Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2017) and subsequent statutes mandating domestic preference applies an American Iron and Steel requirement to this project. All listed iron and steel products used in this project must be produced in the United States. The term "iron and steel products" means the following products made primarily of iron and steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials. This project is financed with federal monies that may be subject to statutory requirements commonly known as "Build America, Buy America" provisions of the Infrastructure Investment and Jobs Act (IIJA) (P.L. 117-58, §§70911-70917). The Buy America Sourcing requirements under the IJLA requires all of the iron and steel, manufactured products, and construction materials used in the project to be produced in the United States ("Build America, Buy America [BABA] Requirements"). The US Environmental Protection Agency (EPA) has provided lists of items which are subject to BABA requirements located here: https://www.epa.gov/system/files/documents/2022-11/OW-BABA-Implementation-Procedures-Final-November-2022.pdfPublished Jan. 4, 2023. 2461960
Bid Protests Not Available