EO-13695 INVITATION TO BID Owner: City
EO-13695 INVITATION TO BID...
EO-13695
INVITATION TO BID
Owner: City of Umatilla, Umatilla City Hall, 700 6th Street l PO Box 130, Umatilla, OR 97882
Project: Powerline Road and Madison Street Improvements
Sealed bids for Powerline Road and Madison Street Improvements will be received by Scott Coleman, Public Works Director, City of Umatilla, 700 6th Street, Umatilla, Oregon 97882 until 2:00 p.m. local time, Tuesday, April 8, 2025, at which time bids will be publicly read aloud. Within two (2) working hours after the date and time designated for bid opening, Bidders shall submit to the City the First-Tier Subcontractor Disclosure form. If a First-Tier Subcontractor Disclosure form is not received by 4:00 p.m.,the bid will be considered Non-Responsive. If there are no Subcontractors to disclose, Bidders are still required to submit this form, with the appropriate box checked or enter "NONE" on the first line. Proposals shall be clearly marked "City of Umatilla - Powerline Road and Madison Street Improvements" showing the date and time of the bid opening, and shall be delivered to Scott Coleman, Public Works Director,City of Umatilla, City Hall, same address as above, on or before the above bid date and time. Bids submitted after the above-specified date and time shall not be opened. Faxed or electronically submitted bids will not be considered.
A Pre-Bid Conference has not been scheduled for this project.
Bid approval by City Council is scheduled for the subsequent City Council meeting that occurs on April 15, 2025, at 7:00 p.m. A pre-construction conference will be scheduled following Council approval in accordance with the Contract Documents.
Project Description:
The project consists of widening Powerline Road for approximately 1,800 L.F. north of its intersection with Pine Tree Avenue and reconstruction of approximately 1,300 L.F. of Madison Street from Powerline Road to McFarland Avenue. Work will include removal of asphalt concrete pavement, concrete curbs, walks and driveways, removing and replacing irrigation piping, relocating hydrants, removing and resetting water services and water valves. Other work involves constructing cement concrete curb and gutter, sidewalks, driveways, placing aggregate base, hot mix asphalt, pavement markings, signage, illumination systems and related work.
Bid Procedures and Conditions, Bid Forms, Drawings, Specifications, and other Documents collectively referred to as Bid Documents may be examined at the following locations:
1. Umatilla City Hall, 700 6th St., Umatilla, OR 97882
2. J-U-B ENGINEERS, Inc., 3611 S Zintel Way, Kennewick, WA 99337
Electronic copies of the Bidding Documents are available for purchase at https://www.questcdn.com/ upon payment of $22.00. The QuestCDN project number is 9592835. All addenda will be issued electronically and available for no extra cost at QuestCDN. To be considered a Responsive Offer as Defined by OAR 137-046-0110(33), Contract Documents must be purchased from Quest CDN and submitted in completion.
Each bid must contain a statement as to whether the Bidder is a resident Bidder, as defined in ORS 279.120. In determining the lowest responsible Bidder, City of Umatilla will, for the purpose of awarding the Contract, add a percentage increase on the bid of a nonresident Bidder equal to the percentage, if any, of the preference given to
that Bidder in the state in which the Bidder resides.
Each proposal must be submitted on the prescribed form accompanied by a certified or cashier's check drawn from an Oregon Bank in good standing, or banks doing business in Oregon in good standing, or a Bid Bond issued by a surety company authorized to issue such bonds in the State of Oregon, payable to the City of Umatilla, Oregon, in an amount not less than ten percent (10%) of the total amount of the Bid submitted.
This project will be City funded and as such all bidders must comply with ORS Chapter 279C and pay applicable prevailing wage rates in effect on January 5, 2025, including any amendments and apprentice rates, as stated in the Prevailing Wage Rates for Public Works Contracts in Oregon published by the Oregon
Bureau of Labor and Industries (BOLI).
(see: https://www.oregon.gov/boli/employers/Pages/prevailing-wage-rates.aspx).
Contractor agrees to be bound by and will comply with the provisions of ORS 279C.838, 279C.840 or 40 U.S.C. 3141 to 3148.
The successful Bidder will be required to furnish separate Performance and Payment Bonds of one hundred percent (100%) of the full amount of the Contract Price, submitted on the prescribed forms, for faithful performance of the Contract. The Surety issuing the bond must have an attorney-in-fact or a principal doing business in the State of Oregon. This information must be included on the bond statement.
In addition to required performance bonds which may be used for unpaid wages, all contractors, subcontractors and non-construction companies working on public works projects, with a contract price that exceeds $100,000, subject to the Prevailing Wage Rate Law, must file a $30,000 Public Works Bond with the Construction Contractors Board before starting work on the project, unless exempt, to be used exclusively for unpaid wages determined to be due by BOLI. (ORS 279C.830 and ORS 279C.836)
The Contracting Agency will not receive or consider an offer for a Public Improvement Contract unless the Offeror is registered with the Construction Contractors Board, or is licensed by the State Landscape Contractors Board, as specified in OAR 137-049-0230.
Contractor shall not discriminate in obtaining required Subcontractors in accordance with ORS 279A.110(4). .
The City of Umatilla reserves the right to reject any or all proposals 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 of Umatilla may also reject any or all proposals for good cause, or any or all
bids upon a finding of the Owner that it is in the public interest to do so, to postpone the award of the Contract for a period not to exceed thirty (30) days, and to accept that proposal which is to the best interests of City of Umatilla.
For information regarding this project, contact the consulting Engineers, J-U-B ENGINEERS, Inc., Project
Engineer: Eric E. Ferguson, P.E., 509.783.2144 or email eferguson@jub.com.
Dated this 13th day of March, 2025
City of Umatilla
Dave Stockdale, City Manager
Published: March 19, 2024
EO-13695
INVITATION TO BID
Owner: City of Umatilla, Umatilla City Hall, 700 6th Street l PO Box 130, Umatilla, OR 97882
Project: Powerline Road and Madison Street Improvements
Sealed bids for Powerline Road and Madison Street Improvements will be received by Scott Coleman, Public Works Director, City of Umatilla, 700 6th Street, Umatilla, Oregon 97882 until 2:00 p.m. local time, Tuesday, April 8, 2025, at which time bids will be publicly read aloud. Within two (2) working hours after the date and time designated for bid opening, Bidders shall submit to the City the First-Tier Subcontractor Disclosure form. If a First-Tier Subcontractor Disclosure form is not received by 4:00 p.m.,the bid will be considered Non-Responsive. If there are no Subcontractors to disclose, Bidders are still required to submit this form, with the appropriate box checked or enter "NONE" on the first line. Proposals shall be clearly marked "City of Umatilla - Powerline Road and Madison Street Improvements" showing the date and time of the bid opening, and shall be delivered to Scott Coleman, Public Works Director,City of Umatilla, City Hall, same address as above, on or before the above bid date and time. Bids submitted after the above-specified date and time shall not be opened. Faxed or electronically submitted bids will not be considered.
A Pre-Bid Conference has not been scheduled for this project.
Bid approval by City Council is scheduled for the subsequent City Council meeting that occurs on April 15, 2025, at 7:00 p.m. A pre-construction conference will be scheduled following Council approval in accordance with the Contract Documents.
Project Description:
The project consists of widening Powerline Road for approximately 1,800 L.F. north of its intersection with Pine Tree Avenue and reconstruction of approximately 1,300 L.F. of Madison Street from Powerline Road to McFarland Avenue. Work will include removal of asphalt concrete pavement, concrete curbs, walks and driveways, removing and replacing irrigation piping, relocating hydrants, removing and resetting water services and water valves. Other work involves constructing cement concrete curb and gutter, sidewalks, driveways, placing aggregate base, hot mix asphalt, pavement markings, signage, illumination systems and related work.
Bid Procedures and Conditions, Bid Forms, Drawings, Specifications, and other Documents collectively referred to as Bid Documents may be examined at the following locations:
1. Umatilla City Hall, 700 6th St., Umatilla, OR 97882
2. J-U-B ENGINEERS, Inc., 3611 S Zintel Way, Kennewick, WA 99337
Electronic copies of the Bidding Documents are available for purchase at https://www.questcdn.com/ upon payment of $22.00. The QuestCDN project number is 9592835. All addenda will be issued electronically and available for no extra cost at QuestCDN. To be considered a Responsive Offer as Defined by OAR 137-046-0110(33), Contract Documents must be purchased from Quest CDN and submitted in completion.
Each bid must contain a statement as to whether the Bidder is a resident Bidder, as defined in ORS 279.120. In determining the lowest responsible Bidder, City of Umatilla will, for the purpose of awarding the Contract, add a percentage increase on the bid of a nonresident Bidder equal to the percentage, if any, of the preference given to
that Bidder in the state in which the Bidder resides.
Each proposal must be submitted on the prescribed form accompanied by a certified or cashier's check drawn from an Oregon Bank in good standing, or banks doing business in Oregon in good standing, or a Bid Bond issued by a surety company authorized to issue such bonds in the State of Oregon, payable to the City of Umatilla, Oregon, in an amount not less than ten percent (10%) of the total amount of the Bid submitted.
This project will be City funded and as such all bidders must comply with ORS Chapter 279C and pay applicable prevailing wage rates in effect on January 5, 2025, including any amendments and apprentice rates, as stated in the Prevailing Wage Rates for Public Works Contracts in Oregon published by the Oregon
Bureau of Labor and Industries (BOLI).
(see: https://www.oregon.gov/boli/employers/Pages/prevailing-wage-rates.aspx).
Contractor agrees to be bound by and will comply with the provisions of ORS 279C.838, 279C.840 or 40 U.S.C. 3141 to 3148.
The successful Bidder will be required to furnish separate Performance and Payment Bonds of one hundred percent (100%) of the full amount of the Contract Price, submitted on the prescribed forms, for faithful performance of the Contract. The Surety issuing the bond must have an attorney-in-fact or a principal doing business in the State of Oregon. This information must be included on the bond statement.
In addition to required performance bonds which may be used for unpaid wages, all contractors, subcontractors and non-construction companies working on public works projects, with a contract price that exceeds $100,000, subject to the Prevailing Wage Rate Law, must file a $30,000 Public Works Bond with the Construction Contractors Board before starting work on the project, unless exempt, to be used exclusively for unpaid wages determined to be due by BOLI. (ORS 279C.830 and ORS 279C.836)
The Contracting Agency will not receive or consider an offer for a Public Improvement Contract unless the Offeror is registered with the Construction Contractors Board, or is licensed by the State Landscape Contractors Board, as specified in OAR 137-049-0230.
Contractor shall not discriminate in obtaining required Subcontractors in accordance with ORS 279A.110(4). .
The City of Umatilla reserves the right to reject any or all proposals 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 of Umatilla may also reject any or all proposals for good cause, or any or all
bids upon a finding of the Owner that it is in the public interest to do so, to postpone the award of the Contract for a period not to exceed thirty (30) days, and to accept that proposal which is to the best interests of City of Umatilla.
For information regarding this project, contact the consulting Engineers, J-U-B ENGINEERS, Inc., Project
Engineer: Eric E. Ferguson, P.E., 509.783.2144 or email eferguson@jub.com.
Dated this 13th day of March, 2025
City of Umatilla
Dave Stockdale, City Manager
Published: March 19, 2024
Posted Online 4 days ago
Published in the East Oregonian