INVITATION TO BID

INVITATION TO BID: CITY OF ST. HELENS
ENGINEERING DEPARTMENT – 2 MG
RESERVOIR REHABILITATION PROJECT, W-449
ST. HELENS, OR
Bids due: August 11, 2016
@ 2:00 pm
Notice is hereby given that Sealed Bids for furnishing all materials, equipment, labor, and services for the 2 MG Reservoir Rehabilitation Project, W-449 for the City of St. Helens (City) will be accepted by the City Administrator, St. Helens City Hall, 265 Strand Street, [Mailing address: PO Box 278, St. Helens, OR 97051] St. Helens, Oregon until 2:00 p.m. Thursday August 11, 2016. All bids received on or before this date and time and in proper form will be publicly opened and read in the City Hall Council Chambers at the time set forth above as the deadline for receipt of bids, and thereafter bid documents, shall be made available for public inspection. Bids received after this date and time will not be considered. First-tier Subcontracting Disclosure forms, per the instructions to bidders, are due within two (2) working hours after the bid submission deadline.
A non-mandatory PRE-BID MEETING for this project will be held at City of St. Helens City Hall, 265 Strand Street, St. Helens, Oregon 97051, on the 28th of July at 10:00 a.m. to provide prospective bidders with the opportunity to ask questions relating to bidding or constructing the work under this contract. If deemed appropriate by the Engineer, questions that cannot be addressed by direct reference to the bidding documents will be the subject of an addendum issued to all plan holders.
Prequalification of Contractors and/or Subcontractors is not required, however bidders shall be required to submit qualifications with their bid.
The General Character of the work for this Project includes:
Blasting, cleaning, sealing, patching, lining, and disinfecting the interior concrete surface of the reservoir. Work will also include removal and reinstallation of existing interior access ladder and weir box.
The Solicitation schedule and deadlines are generally as follows:
Pre-bid meeting: 10:00 a.m. July 28, 2016
Bid Submission Deadline: 2:00 p.m. Thursday August 11, 2016
Anticipated Notice of Intent to Award: August 18, 2016
Substantial completion: November 30, 2016
Final completion: Not later than December 31, 2016
Contract Documents, including plans and specifications, may be examined after 1:00 p.m. Monday July 18, 2016, at the following offices:
City of St. Helens City Hall, 265 Strand Street, St. Helens, OR 97051 503-397-6272
Dodge Data and Analytics, 3461 NW Yeon, Portland, OR 97210 253-539-9335
Oregon Contractors Plan Center, 5468 SE International Way, Milwaukie, OR 97222 503-650-0148
Daily Journal of Commerce, www.djcoregon. com 503-274-0624
SW Washington Contractors Association, 7017 NE Hwy. 99, Suite #214, Vancouver, WA 98665-0553 360-694-7922
Central Oregon Builder’s Exchange, 1902 NE 4th Street, Bend, OR 97701, 541-389-0123
Salem Contractor’s Exchange Plan Center, 2256 Judson St. SE, P.O. Box 12065, Salem, OR 97309
Seattle Daily Journal of Commerce, www.djc.com 206-219-6481
Copies of Contract Documents, including plans and specifications may be obtained on or after 1:00 p.m. Monday July 18, 2016 at St. Helens City Hall 265 Strand Street, St. Helens, OR, for a non-refundable fee of Forty dollars ($40.00) per hard copy set or ten dollars ($10.00) per electronic (PDF) set. If ordered by mail, add a Five dollar ($5.00) processing and mailing charge. There is no additional charge for transmittal of PDF files via email or FTP site. Submittals shall be on original forms purchased from the City. Bids shall only be considered valid if bidder is included on the official plan holder list. Only the purchase of the plans and specifications from the City will place purchaser on the official plan holder list. The City reserves the right to make changes to the Notice to Contractors/Invitation to Bid and the resulting contract by written addenda, prior to the bid submission deadline and date. The City will not mail notice of addenda but shall publish notice of any addenda on City’s website and post the notice of addenda at City Hall. (http://www.ci.st-helens.or.us/ engineering /department/city-invites-bids- proposals/) The addenda may be downloaded or picked up at City Hall. Check website and City Hall bulletin board frequently until the bid submission deadline because City may, in its discretion, provide additional notices.
No bid will be received or considered unless the bid is submitted in writing and received on the prescribed City Offer form, mailed or delivered to the City Administrator, City Hall, City of St. Helens, 265 Strand Street [ Mailing address: P.O. Box 278] St. Helens, Oregon 97051 in a sealed envelope plainly marked on the outside of the envelope “SEALED BID” and specifying the project name, 2 MG Reservoir Rehabilitation Project, W-449, and bearing the name and address of the bidder, the bidder’s telephone number and the bid opening date. All bids must be prepared and signed in ink by an authorized representative. Facsimile bids will not be accepted. `No bid will be received or considered unless the bid contains a statement by the bidder, as part of their bid, that Contractor agrees to be bound by and will comply with the provisions of ORS 279C.838 or 279C.840 or 40 U.S.C. 3141 to 3148 (Davis-Bacon Act), as applicable. This project is for a public work and is subject to ORS 279C.800 to 279C.870, the Oregon Prevailing Wage Law.
No bid will be received or considered unless the bid contains a statement by the bidder, as part of their bid, identifying whether or not the bidder is a resident bidder as defined by ORS 279A.120. Bidders are not required to be licensed for asbestos removal under ORS 468A.720.
The successful bidder is required to obtain a City business license.
No bid will be received or considered unless the bidder is licensed by the Oregon Construction Contractor’s Board or the State Landscape Contractors Board.
No bid will be received or considered unless the Offer is accompanied by a certified check, cashier’s check, surety bond (bid bond), or irrevocable letter of credit issued by an insured institution as defined in ORS 706.008, in an amount equal to ten percent (10%) of the total amount bid. The successful bidder will be required to furnish a faithful performance bond and a labor and material payment bond each in the amount of one hundred percent (100%) of the amount of the contract and show proof that the Contractor has filed a public works bond in the amount of $30,000 with Bureau of Labor and Industries (BOLI). Contractor will also be required to furnish evidence of insurance, including workers’ compensation insurance before the work shall commence.
The City shall investigate and determine the qualifications of the apparent low responsive bidder prior to awarding the contract. The City shall reject any bid by a nonqualified or disqualified bidder. The City reserves the right to reject any bid not in compliance with all prescribed public bidding procedures and requirements, and may reject all bids for good cause upon a finding that it is in the public interest to do so. Evaluation of bids will be based on minimum requirements established by the specifications and compliance with conditions of the Notice to Contractors and Invitation to Bid and City’s public contracting rules. Additional evaluation criteria are as follows: Each bidder shall include with the submitted bid written references demonstrating a minimum of five (5) years of practical experience in the application of the specified coatings and the successful completion of a minimum of five (5) projects of similar size and complexity within the last five (5) years. This must be verified writing by the selected coating system manufacturer. See Section 09960 of the specification for full qualification requirements.
Pursuant to ORS 279A.120, awards shall be subject to preference for products produced or manufactured in Oregon, providing that price, fitness and quality are equal. In determining the lowest responsible bidder, City shall add a percent increase to each out-of-state bidder’s bid price which is equal to the percent of preference given to local bidders in the bidder’s home state, as set forth in the chart located at www.oregon.gov/DAS/EGS/ps/Pages/RecipPref/detail_a_main_page.aspx The deadline to file a written protest or request, pursuant to Instruction to Bidders to change contract terms, conditions or specifications is not less than ten (10) calendar days prior to the bid submission deadline. The bid submission deadline may be extended by the City to consider a protest or request. For more information regarding this project, contact Sharon Darroux, City Project Manager, 503-366-8243 or Jennifer Garbely, P.E., Kennedy/Jenks, Project Engineer, 503-423-4000.
The City of St. Helens requires all contractors to comply with the City’s adopted Nondiscrimination and Equal Opportunity Policies, a copy of which can be obtained from the City Project Man- ager, supra. The City’s programs, services, employment opportunities, volunteer positions and contracts are open to all persons without regard to race, color, religion, sex, sexual orientation, national origin, marital status or age if the individual is 18 years of age or older. Contractor shall comply with all federal, state, and local laws and ordinances applicable to the work under this contract, including, without limitation, ORS chapter 279A-C, and Title VI of the Civil Rights Act of 1964, Section V of the Rehabilitation Act of 1973, the Americans with Disabilities Act of 1990, ORS 659A.142, and all regulations and administrative rules established pursuant to those laws, and all other applicable requirements of federal and state civil rights and rehabilitation statues, rules and regulations. Contractor shall certify that the Contractor has not discriminated against minorities, women or emerging small businesses in obtaining any required subcontracts.
Published July 22, 2016.
BT15851681