INVITATION TO BID

INVITATION TO BID: SOUTHERN FLOW
CORRIDOR LANDOWNER PREFERRED
ALTERNATIVE CONSTRUCTION
TILLAMOOK, OR
Bids due: March 9, 2016 @ 2:00 pm
Sealed bids will be received by the Port of Tillamook Bay (“Port”) until 2:00 p.m. local time on Wednesday, March 9, 2016 for the Southern Flow Corridor Landowner Preferred Alternative Construction Project (“Project”) and will then and there be opened and publicly read aloud. Bids received after the fixed time for opening will not be considered. Bids may be withdrawn at any time, prior to opening, upon written request of the Bidder. Thereafter, no Bidder may withdraw their bid after the opening thereof or before award of the Contract, unless same is delayed for a period of thirty (30) days. NO BIDS WILL BE ACCEPTED BY WAY OF FAX OR ELEC TRONIC DATA INTERCHANGE.
Sealed bids shall be marked “Southern Flow Corridor Landowner Preferred Alternative Construction Project” and addressed to the Port of Tillamook Bay, Attention: Aaron Palter, Project Coordinator, 4000 Blimp Boulevard, Suite 100, Tillamook, Oregon 97141.
The Project consists of removal of fill and levees, demolition of structures, construction of new levees, culverts, flapgates and floodgates, tidal habitat restoration, and containment and disposal of contaminated soils. The engineer’s estimate is between Zero ($0) Dollars and $8,000,000 Dollars. Substantial completion of the construction activities must be completed by October 15, 2016. Minor grading work shall occur in 2017, and project completion shall be prior to October 1, 2017. Liquidated damages shall be assessed for project work that is incomplete after the date of substantial completion.
Bidding documents may be obtained from ARC document solutions (1437 NW 17th Avenue, Portland, Oregon [503-227-3424]) and local area plan centers. Bidding documents are also available for review at the Port of Tillamook Bay Main Office (4000 Blimp Boulevard, Suite 100, Tillamook, Oregon 97141) and at the Tillamook County Courthouse (201 Laurel Avenue, Tillamook, Oregon 97141). Addenda will be available electronically via the Oregon Procurement Information Network (ORPIN) at http://orpin.oregon.gov. If there are issues accessing bidding documents or general questions, contact Aaron Palter, Port of Tillamook Bay Project Coordinator, at 503-842-2413, Ext. 116.
A mandatory pre-bid conference is scheduled for Tuesday, February 23, 2016 at 9:00 a.m. at the Tillamook County Courthouse, Nehalem Room (in the Courthouse Basement), 201 Laurel Avenue, Tillamook, Oregon 97141. Failure to attend this pre-bid conference will be cause for rejection of a bid. The pre-bid conference will be the bidders’ main opportunity to discuss the project with the project partners and the project designer. A site visit will be conducted during the pre-bid conference.
This contract is for a project that is subject to the state prevailing wages (ORS 279C.800 to ORS 279C.870) and the federal prevailing rates of wage under the Davis-Bacon Act (40 U.S.C. 3141, et seq.). Pursuant to ORS 279C.838, if the state prevailing rate of wage is higher than the federal prevailing rate of wage, the contractor and every subcontractor on the Project shall pay at least the state prevailing rate of wage as determined under ORS 279C.815. Current wage rates are available electronically as follows: Oregon Bureau of Labor and Industries (www.oregon.gov/boli) and Federal Davis-Bacon rates (www.wdol. gov/).
Parties identified on the Excluded Parties List System (available at https://www. sam.gov) are not eligible to participate in this bidding process.
No bid will be considered unless accompanied by a certified check or bid bond (with authorized surety company as surety) made payable to the Port of Tillamook Bay in the amount of five (5%) percent of the maximum amount of the bid; and no interest will be allowed on bid security. Bid security will be forfeited should the Bidder fail to enter into a contract and provide suitable performance bonding.
Each bid must identify whether the bidder is a resident bidder, as defined in ORS 279A.120.
In accordance with ORS 279C.365(1)(k), the Port may not receive or consider a bid for a public improvement contract unless the bidder is licensed by the Construction Contractors Board or the State Landscape Contractors Board.
Bidders and any subcontractors who will perform demolition work on this project must be licensed under ORS 468A.720 for asbestos abatement at the time of bid submission.
The Port reserves the right to reject any bid 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), and may reject for good cause any and all bids upon a finding of the Port that it in the public interest to do so.
Published Feb. 19, 2016.
BT15825774