Skip to main content

RFP/RFQ

REQUEST FOR Quotation

 

PROJECT:          South Beach Boat Ramp and Rinse Down Asphalt Concrete Repair

LOCATION:       2320 SE Marine Science Dr.  Newport, OR

MANDATORY SITE VISIT:        Documented site meeting May 7, 2025, 2PM
 

BID DUE:            May 12, 2025, 10AM

 

Proposals on this project will be accepted via email to abretz@portofnewport.com

 

Point of Contact:         Port of Newport, Aaron Bretz                             Phone:  (541) 406-0217

                                    600 SE Bay Boulevard                                       Fax:     (541) 265-4235

                                    Newport, OR    97365                                      Email:  abretz@portofnewport.com

                       

QUESTIONS TO:       Aaron Bretz,  541-406-0217

 

TERMS AND CONDITIONS:

  1. Schedule for Work:     Start: 5/21/2025 - Completion: 6/30/2025 - Project Completion: 6/30/2025
    Time is of the essence; funding for this project was granted on a limited, short term schedule. All work shall be complete on 30JUN; funding expires after that date.  All attempts at improving the schedule will be made by the contractor. Work may begin as soon as the contract is awarded.
     
  2. General Description:  The Port of Newport is requesting competitive quotations for the repair of asphalt at the top of the approach to the South Beach Boat Ramp and boat rinse down lane as well as concrete work to widen and replace the right lane adjacent to the water spigots in the rinse down area.

 

  1. Scope of Work:  See attached.
     
  2. Bid Breakdown:  Please use attached Bid Form.  Your proposal cannot be considered unless the Bid Form has been completed in its entirety.  Lump sum bids shall be inclusive of all taxes, freight, insurance, overhead, permits, fees, and profit.
     
  3. Proposal Selection:  The Port Manager or appointed contact will evaluate each submitted proposal and report to the Port Commission with a recommendation if required.  If required, the Port Commission shall make the final selection and reserves the right to reject any proposal not in compliance with all prescribed public bidding procedures and requirements, and may reject for good cause any or all proposals upon finding that it is in the public interest to do so. The Port will analyze information provided by all Proposers.  The successful Proposer will be selected on the basis of the following:
    1.  Approach and evaluation of the past experience of the individuals who would be performing the work for the Port.
    2. Responsiveness to proposal specifications and required information by a responsible bidder.
    3. Fee for services performed.

 

  1. Drawings and Specifications:   If applicable, bidder is provided with documents, which are thought to be necessary in preparing a proposal.  Bidder is responsible for requesting any other documents/drawings from references in the scope of work that would be necessary to prepare a complete proposal. The “bid documents” consist of this document, the project scope, and all attachments therein.

 

7.       Temporary facilities:   If applicable, field office, telephone, office equipment, and storage are to be provided by the contractor.  Contractor is responsible for receiving and storing materials and for clean-up and removal of any waste generated by this scope of work on a daily basis.  Restrictions for parking will apply.

 

8.       Safety: Successful bidder will comply with all OR-OSHA & OSHA safety requirements at all times while on Port property. Contractor will be responsible for all employee safety training, safety meetings, record keeping and safety compliance.
 

9.       Insurance:  Upon acceptance, contractor will provide proof of proper business licensing and registration in Lincoln County, Oregon, and will maintain all required licensing and permits required by Local, State or Federal jurisdictions to perform the services of this agreement. Contractor will provide proof of business liability insurance with a minimum of $2,000,000 liability coverage and maintain required liability insurance at all times for services and their responsible employees while on Port owned property. Contractor will be fully responsible to maintain all employee workmen's compensation insurance as mandated by Local, State and Federal requirements. Contractor shall name the Port of Newport as an Additional Insured and provide a Certificate of Insurance confirming Liability and Workers Compensation with a 30 day Notice of Cancellation, prior to starting any work. Contractor shall pay any and all payroll and withholding taxes and any other sums that is required by Local, State or Federal agencies.
 

10.   Prevailing Wages:  The Contractor may be required to pay prevailing wage rates, depending upon the final total price of the project, in conformance to ORS 279C.800 thru 279C.870.  A current copy of Prevailing Wage Rates for Public Works contracts in Oregon is available from the State of Oregon, Bureau of Labor and Industries.
 

11.   Boli Fee: The Port, if required, will pay a fee to the Bureau of Labor and Industries pursuant to the provisions of ORS 279C.825.  The fee is one-tenth of one percent of the price of this contract, but not less than $100.00 nor more than $5,000.00, regardless of the contract price.
 

12.   Nondiscrimination & Affirmative Action:  The Port of Newport is an equal opportunity employer and provider and requires all Proposers to comply with policies and regulations concerning equal opportunity.  The Proposer, in the performance of this Agreement, agrees not to discriminate in its employment because of an employee’s or applicant’s race, religion, national origin, ancestry, sex, age, or physical handicap.
 

13.   Environmental And Natural Resources Laws To Be Observed: In compliance with ORS 279C.525, the following is a list of federal, state and local agencies, of which the Port has knowledge, that have enacted ordinances or regulations relating to environmental pollution and the preservation of natural resources that may affect the performance of the Contract:
FEDERAL AGENCIES:
Department of Agriculture, Forest Service, Soil Conservation Service, Department of Defense, Army Corps of Engineers, Department of Energy, Federal Energy Regulatory Commission, Environmental Protection Agency, Health and Human Services, Department of Housing & Urban Development, Department of Interior, Bureau of Land Management
STATE AGENCIES:
Department of Agriculture, Soil and Water Conservation Commission, Department of Energy, Department of Environmental Quality, Department of Fish and Wildlife, Department of Forestry, Division of State Lands, Water Resources Department
LOCAL AGENCIES:
Bureau of Reclamation, Geological Survey,  U.S. Fish and Wildlife Service, Department of Labor     Occupation Safety and Health Administration, Water Resources Council, City Councils, Board of County Commissioners.
 

14.   Public Safety During Construction:  Public & Marine safety and traffic control shall be provided for by Contractor in accordance with the latest agency rules.
 

15.   Street/Sidewalks Closure requirements: Street and sidewalk closures shall be kept to a minimum during construction.  Access to local businesses shall be maintained at all times to pedestrian traffic.  Any disruptions to pedestrian traffic to local businesses shall be coordinated between the Contractor and business owner to their mutual satisfaction. Contractor shall provide the Port with a traffic control plan prior to starting project.
 

Compliance:    Selected contractor is required to use “Best Management Practices” including all conditions and requirements set forth in the US Army Corps of Engineers (USACE) joint permit application and the Department of State Lands (DSL) authorization.  All work must comply and be executed in all “requirements” in accordance with USACE, DSL, ODFW and DEQ conditions as directed in agency permit documents.  Contractors must be familiar with and have copy of permit documents on site at all times during and while engaged in permit specified work tasks.  Contractor will be liable for all fines or penalties related to non-compliant work or schedule.  

RFQ and Bid FormSouth Beach Boat Wash Down Lane Scope.docxBoat Rinse Down Lane Work.jpgDET1602 Plain Concrete Undowelled.pdfRD701 drainage curb.pdf