Loading...
2001-147-Minutes for Meeting March 26,2001 Recorded 4/9/2001VOL: CJ2001 PAGE: 147 RECORDED DOCUMENT STATE OF OREGON COUNTY OF DESCHUTES *02001-147 * Vol -Page Printed: 04/11/2001 08:38:18 DO NOT REMOVE THIS CERTIFICATE (This certificate constitutes a part of the original instrument in accordance with ORS 205.180(2). Removal of this certificate may invalidate this certificate and affect the admissibility of the original instrument into evidence in any legal proceeding.) I hereby certify that the attached instrument was received and duly recorded in Deschutes County records: DATE AND TIME: DOCUMENT TYPE: Apr. 9, 2001; 2:33 p.m. Regular Meeting (CJ) NUMBER OF PAGES: 14 MARY SUE PENHOLLOW DESCHUTES COUNTY CLERK KEjJED APR 1 2001 f V 69 0 k -� Board of Commissioners 1 130 N.W. Harriman St., Bend, Oregon 97701-1947 (541) 388-6570 - Fax (541) 388-4752 www.deschutes.org Tom De Wolf MINUTES OF MEETING Dennis R. Luke Mike Daly BOARD OF COUNTY COMMISSIONERS CONVENED AS THE CONTRACT REVIEW BOARD MONDAY, MARCH 26, 2001 Present were Commissioners Tom De Wolf, Dennis Luke and Michael Daly. Also present were Mike Maier, County Administrator; Rick Isham, Legal Counsel; Dan Despotopulos, Manager of the Deschutes County Fairgrounds and Expo Center; Lee Smith and David Bishop, Fair Board; one representative of the media; and five citizens. Chair Tom De Wolf opened the meeting at II: 00 a. m. Commissioner DeWolf explained that the meeting is being reconvened to consider the rebid of the Fairgrounds parking lot expansion project. Rick Isham said that consultant Matt Steele of Hickman Williams Engineering was out of town, so his co-worker Jeff Clay attended the bid opening. The initial bid opening resulted in issuing an intent to award the bid to Goodfellows Construction Company. Ultimately the Board, after meeting with Fair Board, rescinded that notice of intent and made a decision to re -bid the project. The re -bid was handled on a relatively short time frame. The bids were opened on March 22, and the invitation to bid and bid documents required that the bid be submitted by no later than 10:00 a.m., with subcontractor disclosures due no later than 2:00 p.m. on March 22. A blind bid tabulation was submitted to the Board. Seven bids were submitted. The contractor representing bid #7 was in attendance and wished to speak. Minutes of Meeting March 26, 2001 Deschutes County Board of Commissioners Convened as the Contract Review Board Page 1 and 6 Pages Quality Services Performed with Pride At the bid opening, there were seven bid packages to be opened. Matt Steele ran the bid meeting, and six of the seven bidders were also in attendance. As Matt went through the opening of the bids, they opened them in the order as the earliest one received first. The bids shown on the tabulation form are not in order by the total bid price, but are placed in a random order. Mr. Isham further explained that during the bid opening, each bid except for one had a bid envelope and a separate subcontractor disclosure envelope, which were opened separately and tabulated as to the base bid and the two alternates for each bid. For one bid there was no separate subcontractor disclosure statement. The bid appeared to have been delivered in what might have been a delivery envelope, so the opening of the bids basically came to a stop at that point in an effort to try to figure out what to do with respect to the bid that didn't have the separate subcontractor disclosure envelope like the others. A special statement is also required on the face of that envelope. Mr. Isham said that he had a concern that the subcontractor disclosure statement may have been inside an envelope inside of that bigger envelope. In the presence of everyone attending, the envelope was opened to determine if there was a separate envelope inside the large envelope; or, in the alternative, that there were two envelopes inside what might have been just a delivery envelope. He said his concern was that if there were two envelopes or a separate envelope inside the larger envelope, then the requirements of the rules of submitting bid documents would have been met, and it would have been improper for that bid not to be read. The only thing in the large envelope was a bound bid book. It was not removed from the envelope, and we peeked into the envelope to determine this, it was announced that fact and resealed the envelope. The bid was not read. Mr. Isham stated that a subcontractor disclosure law in place for over a year. The County has opened many bids during that period of time, perhaps a couple of hundred; and the subcontractor disclosure statement has always been received as a separate statement. The subcontractor disclosure statement does not have to be submitted at the time you submit your bid, although most do. Minutes of Meeting Deschutes County Board of Commissioners Convened as the Contract Review Board March 26, 2001 Page 2 and 6 Pages He said that knowing the issue of the subcontractor disclosure statement goes to responsiveness, he decided he should not read the bid due to the apparent omission of the separate subcontractor disclosure list. The County operates pursuant to the state rules in this regard, which clearly states, "separate, sealed envelope." Therefore, the bid was resealed and not examined. The contractor of that bid was not at the bid opening; however, his attorney called later. He said that he felt this defect could be waived, since the subcontractor disclosure statement was bound with the rest of the document. Mr. Isham explained that this has not happened before. There has only been one instance of a contractor failing to disclose the subcontractors at all, and that was shortly after the law was passed. The ordinance clearly states that the subcontractor disclosure statement must be submitted separately in a sealed envelope with the appropriate wording on the envelope. Jim Elting of Elting Construction, Inc., of Clackamas, then spoke. He distributed a document to the Commissioners explaining his point of view and that of his attorney. (Eight pages, attached as Exhibit A.) Mr. Elting stated that Mr. Isham did not read to the other portions of the submittal instructions. Mr. Elting said that he feels the instructions are ambiguous, since a complete submittal was made. He stated that his actions conform to statements within the instructions. Commissioner DeWolf said that the instructions specifically state a separate envelope is required. He asked Mr. Elting if he has ever bid on a County project in the past. Mr. Elting said he did bid on the original Fairgrounds project. Commissioner DeWolf stated that this is the first time this problem has arisen. It appears that all of the other contractors understand and follow the instructions according to the rules. He also explained that the County gets sued on this kind of matter occasionally, and must listen to the recommendations of legal counsel. Commissioner Luke stated that the Board does care what Mr. Elting says, but the bid instruction documents are very clear. That means this one is non-responsive. Minutes of Meeting March 26, 2001 Deschutes County Board of Commissioners Convened as the Contract Review Board Page 3 and 6 Pages Rick Isham said this is not a formal protest, as the Board still needs to do a notice of intent to award. There will then be a five-day period for a formal protest to be filed. He further stated that he does not know the pricing of each. The notice of intent was sent to all. Mr. Elting is asking that you open his bid prior to issuing the notice of intent to award. Mr. Elting stated that the invitation to bid does not say anything about the separate envelope. Commissioner Luke said that the bidders need to make themselves familiar with the entire document. Mr. Elting said the directions are ambiguous, leaving the reader to interpret what they mean. Mr. Isham replied that the instructions are very clear. These instructions are bolded in the first paragraph of the invitation to bid. He said he had to make a call at the bid opening. Commissioner Luke said that the subcontractor disclosure statement is not a minor issue. Rick Isham said there is no litigation on file on this particular situation at the state level. Lee Smith explained that the Fair Board wants the very best contract possible at the lowest price for the Fairgrounds project. There are very strict rules. He said he does not want to see this process delayed any further. David Bishop said this has everything to do with the process, whether minor or major. The advice of County counsel must be followed in regard to the process. Rick Isham said that the County follows established state rules for uniformity. The OAR says it must be a separate submittal. It does not say in a separate envelope; however, the County further defined what separate means. It should have not been bound within the bid document. LUKE: I move that the Board of County Commissioners uphold the decision on this bid as being non-responsive. DALY: Second. Minutes of Meeting Deschutes County Board of Commissioners Convened as the Contract Review Board March 26, 2001 Page 4 and 6 Pages Mr. Elting stated that he doesn't feel the documents do say what the Board says they do. He further said that the law says all bids submitted must be opened and read. Mr. Isham read the OARS again. Mr. Elting asked what the envelope does for the County. VOTE: LUKE: Aye. DALY: Aye. DEWOLF: Chair votes aye. At this time, the Board examined the bid breakdown document. Commissioner DeWolf stated that the apparent low bidder is shown as contractor #1, with a price of $871,235. Rick Isham explained that the budget for this project is $900,000, and this is the only bid less than that. He said if for some reason this bid is protested or if the award doesn't hold, the next lowest bid is over the $900,000 allowed. He said that is appears that bid #I made a mistake on item # 13, in that four inches of gravel cannot cost less than two inches. He said that he cannot surmise that they will end 0 up doing the work. Dave Bishop said that perhaps item # 13 of the bid document could be clarified, as it is probably an oversight. (A general discussion of the requirements listed as item #13 took place.) DEWOLF: I move the accept bidder # 1, with alternate # 12 gravel surface, and the parking lots at no less than two inches of gravel. Rick Isham stated that perhaps they plan on using the rock on site, which is central Oregon basalt, if they have the capability of crushing it. If there is an obvious mistake, bidder #I may not be considered a responsible bid. LUKE: I second. At this time, Commissioner Daly stated that he feels selecting two inches of gravel is totally inadequate, and that more will need to be added and it will cost more in the future. Minutes of Meeting March 26, 2001 Deschutes County Board of Commissioners Convened as the Contract Review Board Page 5 and 6 Pages Commissioner DeWolf replied that two weeks ago, Commissioner Daly was willing to go with two inches of cinders at a higher cost. Commissioner Luke stated that four inches is always preferable, but it is a matter of cost at this point. Dave Bishop asked if the Board wanted to go with more in item # 13, could it be done. Rick Isham said that a minor change order would provide for it. Lee Smith said that he is satisfied that this company and its subcontractors can perform. Dave Bishop asked if there was a time limit penalty. Rick Isham replied that there is a penalty clause in the contract; and the work must be completed in approximately ninety days, or by July 3. VOTE: LUKE: Aye. DALY: Aye. DEWOLF: Chair votes aye. Rick Isham then stated that the Chair needs to sign the notice of intent to award the bid, and the low bidder selected is Jack Robinson and Sons. Chair Tom DeWolf adjourned the meeting at 12: OS p.m. DATED this 26th Day of March 2001 for the Deschutes County Board of Commissioners. ATTEST: Recording Secretary Minutes of Meeting Deschutes County Board of Commissioners Convened as the Contract Review Board Tom DeWolf, Chai�J— I)-elq is R. Luke, Commis loner Mic ael M. Daly, Co issioner March 26, 2001 Page 6 and 6 Pages ELTING INCORPORATED CCB # 63027 503.656.0954 Board of County Commissioners 1130 N. W. Harriman Street Bend, Oregon 97701 Commissioners: March 26, 2001 re: Rebid of Fairground Parking Expansion Project We are an established grading contractor having a good record building roads in Oregon and Washington, with over 25 years of experience in Central Oregon. We submitted a timely and complete bid which complies fully with the ORS statute and which complies substantially with the County IFB document, "Submission of Proposals". Now the reason we are here is that, while we did submit the lowest responsible bid for the work, the County has elected to not open and read our bid because we failed to comply with a requirement -- we will call it a minor formality — and that requirement is in conflict with Para 7 referred to above, and in the "Invitation to Bid". That paragraph, number 7 at the top of page 2, says the proposal must include "a complete set of contract documents". The IFB draws special attention to this requirement (using capital letters, underlining, etc.). While we recognize that County counsel is conscientiously trying to do their job, we believe that the County is in fact in violation of the ORS 279.027 Para 2c when they declined to open publicly our written bid proposal. Referring now to ORS 279.029, which requires the agency to award the contract to the lowest responsible bidder who has substantially met the bidding requirements, i.e. -- timely submission -- written bid containing all required documents and -- complete bid proposal we hereby request that the Commissioners award us the contract. In summary we have the low bid, we have the experience, we have the equipment and personnel, we have complied with every requirement — save the one requiring a separate envelope -- and we would like to build your Parking Lot for you. Respectfully submitted, James A. Elting Cell phone 503.519.5102 Encl: Invitation to Bid p.p. 1-6 of IFB Our `Bid Protest" Letter, dated March 22, 2001 p.p. 47 & 48 Public Contracting Laws cc: Office of County Counsel, Mr. Rick Isham, Legal Counsel 541.383.0496 ELTINC INCORPORATED '.0. BOX 366 - CLACKAMAS, OREGON 97015 March 22, 2001 Deschutes County Fair & Expo c/o Hickman, Williams & Associates, Inc. 805 SW Industrial Way, Suite 10 Bend, OR 97702 Via: Mail and Fax (541)388-5416 Subject: Bid Protest Project: Deschutes County Fairground Parking Expansion Attn: Matthew K. Steele J(503) 656-0954 FAX (503) 231-7453 During a telephone conversation today, you stated that you are refusing to consider our responsive and timely proposal on the above project. You explained that your decision not to consider our bid was based upon our failure to submit our subcontractor disclosure information in a separate envelope, so you assumed that the form was not submitted. As we explained in the conversation, our form is included in our bid proposal as required by paragraph number 4 of the Invitation To Bid requiring "incorporating all contract documents". Any requirement for a separate envelope is a minor formality and goes beyond the ORS statutes. We are the low bidder for the work as specified. We expect to be awarded the contract for the work. We would protest award to any other bidder. Sincerely, , J es A. Elting resident Cc: Office of County Counsel, Mr. Rick Isham, Legal Counsel (541) 383-0496 Contractcr Lic. #'s: OR - 63027 • WA - ELTINI"095M4 • ID - 5148 -AAA -4(16) • CA - 516709 INFORMATION FOR BIDDERS 1. General Description of Project. A general description of the work to be performed is contained in the Invitation to Bid. The scope is indicated in the applicable parts of these Contract documents. 2. Bidding Documents. Bidding Documents include the Invitation to Bid, Information for Bidders, the Bid Proposal and Bid Schedule, the Bid Bond, Subcontractors Disclosure Form, and proposed Contract Documents, including any Addenda issued prior to receipt of bids. All requirements and obligations of the Bidding Documents are herby incorporated by reference into the Contract Documents and are binding on the Successful Bidder upon award of the Contract. 3. Contract Documents. The Contract documents under which it is proposed to execute the work consist of the material bound herewith. These Contract documents are intended to be mutually complementary and to provide all details reasonably required for the execution of the proposed work. Any person contemplating the submission of a proposal and being in doubt as to the meaning or intent of said contract document shall at once notify, in writing, the Project Engineer, Matt Steele of Hickman, Williams & Associates, Inc. Any interpretation of change will be mailed and faxed to each person receiving a set of documents. 4. Form of Proposals. All proposals must be submitted on the forms furnished. 5. Substitutions. Materials and/or products called for in the specifications are named in order to establish a standard of quality design. Manufacturers or suppliers of products similar to those specified may submit bids on the work providing requests for approval of substitution materials are made at least five (5) working days prior to the bid opening. Adequate information on which to base approval or disapproval must be furnished to the Project Engineer or his representative and the Project Engineer shall be the sole judge of any request. When the Project Engineer approves a substitution, it is with the understanding that the Contractor guarantees the substituted article or materials to be equal or better than the specified. 6. Preparation of Proposals. All blank spaces in the proposal form must be filled in, in ink, or typed, in both words and figures where required. No changes shall be made in phraseology of the forms. Written amount shall govern in cases of discrepancy between the amount stated in writing and amount stated in figures. Any proposal shall be deemed informal which contains omissions, erasures, alterations, or additions of any kind, or prices uncalled for, or which, in any manner shall fail to conform to the conditions of the published invitation to bidders. The bidder shall sign his proposal in the blank space provided therefore. Proposals made by corporations or partnerships shall contain names and addresses of the principal officers or partners therein. If the proposal is made by a corporation, it must be signed by one of the principal officers thereof, and the corporate seal affixed. If made by a partnership, it must be signed by one of the partners, clearly indicating that he is signing as a partner of the firm. In the case of a proposal made by a joint venture, each of the joint venturers must sign the proposal in his personal capacity. The wording of the proposal shall not be changed. Any additions, conditions, limitations or provisions inserted by the bidder will render the proposal irregular and may cause its rejection. Page 1 DESCHUTES COUNTY, OREGON DESCHUTES COUNTY FAIR AND EXPO INVITATION TO BID FAIRGROUNDS PARKING EXPANSION PROJECT - REBID Sealed bids will be received at the Office of Hickman, Williams and Associates, Inc., 805 SW Industrial Way, Suite 10, Bend, Oregon 97702, until but not after, 10:00 a.m. on March 22, 2001; bids will be opened at 2:00 p.m. on March 22, 2001 at the above location, at which time all bids for the above -entitled public works project will be publicly opened and read aloud. Bidders must submit a Subcontractor Disclosure Statement in a separate sealed envelope marked "SUBCONTRACTOR DISCLOSURE STATEMENT" "FAIRGROUNDS PARKING EXPANSION PROJECT" prior to 2:00 p.m. on March 22, 2001 at the above location. The proposed work consists of the following: 1) Constructing approximately 14,100 lineal feet of gravel roadway. 2) Constructing approximately 80 acres of gravel surfaced parking lots. 3) Completing construction of approximately 20 acres of gravel surfaced parking lots. 4) Performance of such additional and incidental work as specified in the drawing and specifications. Construction drawings, specifications and other bid documents may be inspected and obtained for a fee of $ 25 at the Office of Hickman, Williams and Associates, Inc., 805 SW Industrial Way, Suite 10, Bend, Oregon 97702. A full size 24" x 36" set of construction drawings will be available for an additional S 25. Inquiries pertaining to these documents shall be directed to Matt Steele, Project Engineer, Hickman, Williams and Associates Inc., (541)389-9351. Bids shall be made on the forms furnished, incorporating all contract documents, including a Surety Bond, Irrevocable Letter of Credit issued by an Insured Institution defined in ORS 706.008, Cashiers Check or Certified Check for the minimum amount of 10% of the Bid Price, addressed and mailed in a sealed envelope plainly marked "FAIRGROUNDS PARKING EXPANSION PROJECT" and the name and address of the bidder. No bid will be received or considered by Deschutes County unless the bid contains a statement by the bidder that the provisions of ORS 279.350 are to be complied with. Each bid must contain a statement as to whether the bidder is a resident bidder, as defined in ORS 279.029. Bidders shall be pre -qualified with Deschutes County or with the State of Oregon in accordance with ORS 279.039. The prequalification classification required for this project is "Highway, Road and Street Improvements." The successful bidders and subcontractors providing labor shall maintain a qualified drug testing program for the duration of the contract. Bidders shall be registered with the Construction Contractor's Board. Contractors and subcontractors need not be licensed under ORS 468A.720. Deschutes County may reject any bid not in compliance with all prescribed bidding procedures and requirements, and may reject for good cause any or all bids upon finding of Deschutes County it is in the public interest to do so. The protest period for this solicitation shall be five (5) calendar days. DAVID BISHOP DESCHUTES COUNTY FAIR BOARD PUBLISHED: DAILY JOURNAL OF COMMERCE: March 14, 2001 THE BEND BULLETIN: March 15, 2001 7. Submission of Proposals. All proposals must be submitted in the time and place and in the manner prescribed in the invitation to bid. Proposals must be made on the prescribed proposal forms furnished. Each proposal must be submitted in a sealed envelope, so marked as to indicate its contents without being opened. If the proposal is submitted by mail, the sealed envelope containing the bid must be enclosed in a separate envelope plainly addressed for mailing to conformance with instructions in the Invitation to Bid. NOTE: A proposal must include a complete set of Contract documents. including specifications. etc. 8. Modification or Withdrawal of Proposal. Any bidder may modify his bid by written or telegraphic communication at any time prior to the scheduled closing time for receipt of bids, provided such communication is received by the Project Engineer prior to the closing time, and provided further that a written confirmation of a telegraphic modification over the signature of the bidder was mailed prior to the closing time. If written confirmation of a telegraphic communication is not received within at least two days of the closing time, no consideration will be given to the modification. The written or telegraphic communication should not reveal the bid price, but should state the addition or subtraction or other modification so that the final prices or terms will not be known by the Project Engineer until the sealed bid is opened. Proposals may be withdrawn prior to the scheduled time for the opening of the proposals either by telegraphic or written request, or in person. No proposal may be withdrawn after the time scheduled for opening of proposals, unless the Project Engineer has failed to comply with the time limits applicable to award of the Contract. 9. Disclosure of First Tier Subcontractors. Within four working hours of the time of the bid closing for which your bid exceeds $75,000, you are required to submit to the Project Engineer in a separate sealed envelope marked "SUBCONTRACTOR DISCLOSURE FORM" and the name of the project, a statement on the form provided in these contract documents identifying all first-tier subcontractors that will furnish labor or materials and whose contract value is equal to or greater than: 5% of the total project bid, but at least $15,000, or $500,000 regardless of the percentage of the total project bid. For each subcontractor listed, Include: il The name, address and telephone number of the subcontractor. The subcontractor's registration number if the Construction Contractors Board requires the subcontractor to have a certificate of registration. The anticipated amount of the subcontract. If no subcontracts subject to the above disclosure requirements are anticipated, a bidder shall so indicate by entering "NONE". THE COUNTY MUST REJECT A BID IF THE BIDDER FAILS TO SUBMIT THE DISCLOSURE FORM WITH THIS INFORMATION BY THE STATED DEADLINE (see OAR 137-040-0017). Page 2 MAR. :23'01(FRI) 15:44 SEIFER YEATS MILLS Z TEL:503 223-9564 x PUBLIC CONTRACTS AND PURCHASING (b) The date and time after which bids will not be received, which shall be not less than five days after the date of the last pub- lication of the advertisement; (c) The date that prequalification appli- cations must be filed under ORS 279.039 (1) and the class or classes of work for which bidders must be prequalified if prequalifica- tion is a requirement; (d) The character of the work to be done or the material or things to be purchased; (e) The office where the specifications for the work, material or things may be re- viewed; (f) The name and title of the person des- ignated for receipt of bids; and (g) The date, time and place that the public contracting agency will publicly open the bids. EFormetiy 279.065; 1977 c.289 §l; 1979 c282 §1; 1983 &690 §6; 1965 x724 §1; 1987 &741 018; 1987 &776 §1; 1967 c865 §2; 1991 x197 §l; 1997 &239 §2; 1997 &802 ill; 1999 c.88 §11 MA26 Mep=W by 1975 071 §93] 279.027 Regturements for bid docu- ments and biddss; disclosure of first-tier subcontractore- (1) A public contracting agency preparing bid documents for a public contract shall, at a minimum, include: (a) A statement that, if the contract is for a public work subject to ORS 279.348 to 279.380 or the Davis -Bacon Act (40 U.S.C. 276x), no bid will be received or considered by the public contracting agency unless the bid contains a statement by the bidder as a part of its bid that the provisions of ORS 279.350 or 40 U.S.C. 276a are to be complied with; (b) The date and time after which bids will not be received, which shall be not less than five days after the date of the last pub- lication of the advertisement; (c) The date that prequalification appli- cations must be filed under ORS 279.039 (1) and the class or classes of work for which bidders must be prequalified if prequalifica- tion is a requirement; (d) The character of the work to be done or the material or things to be purchased; (e) The office where the specifications for the work, material or things may be re- viewed; (f) The name and title of the person des- ignated for receipt of bids; (g) The date, time and place that the public contracting agency will publicly open the bids; (h) A statement that each bid must iden- tify whether the bidder is a resident bidder, as defined in ORS 279.029; P. 002 279 027 (i) A statement that the public contract- ing agency map compli- ance any bid not in com - ance with all prescribed public bidding procedures and requirements, and may re"ect for good cause any or all bids upon a finding of the agency that it is in the public interest to do so; 0) Information addressing whether a contractor or subcontractor must be licensed under ORS 468A.720; and (k) A statement that no bid for a con- struction contract shall be received or con- sidered by the public contracting agency unless the bidder is registered with the Con- struction Contractors Board or licensed by the State Landscape Contractors Board as required by ORS 671.530. (2). 1 bids made to the public contract- ingagency pursuant to ORS 279.015 and 279.025 shall be: (a) In writing. (b) Filed with the person designated for receipt of bids by the public contracting agency_ (c) Opened publicly by the public con- x tracting agency at the time designated in the advertisement_ (3)(a) Within urworking of the date and time of the deadline when the bids were due to the public contracting agency for a public improvement, a bidder sb.W &yb- mit to the public contractinagency a dis- closure of any first-tier subcontractor furnishing labor or materials in con- nection with the public improvement and whose contract value is equal to or greater than: (A) Five percent of the total project bid or $15,000, whichever is larger; or • (B) $500,000, regardless of the percentage of the total project bid. (b) The disclosure of first-tier subcon- tractors shall include: (A) The name and address of each sub- contractor; (B) The registration number assigned to the subcontractor by the Construction Con- tractors Board if the subcontractor is re- quired to have a certificate of registration issued by the board; and (C) The amount of the contract of the subcontractor. (c) For each contract to which this sub- section applies, the public contracting agency shall designate a deadline for sub- mission of bids that has a date and time that is on Monday through Thursday or that is on Friday prior to 12 noon. Title 26 Page 47 (1999 Edition) MAR:y23' 0I (FRI) 15:45 SEWER YEATS MILLS Z TEL:503 223-9564 w { 279029 PUBLIC FACM11US; ECONOMIC DEVELOPMENT (d) This subsection shall apply only to public improvements with a contract value of more than $76,000. (4) After having been opened the bids shall be filed for public inspection. (5) A surety bond, irrevocable letter of credit issued by an insured institution as de- fined in ORS 706.008, cashiers check or cer- tified check of the bidder shall be attached to all bids as bid security unless the contract for which the bid is submitted has been ex- empted x emm�ppt�ed from this requirement pursuant to OR5 279.039. Such security shaIl not exceed 10 percent of the amount bid for the con- tract. (Formerly 279.070-,1997 x951 §2; 1999 cA8 52, 1.999 ese9 §91 27R= (Repealed by 1975 x771 §331 279.029 Award of contract; bond; waiver of bond in case of emergency. (1) After the bids are opened as required by ORS 279.027, and after a determination is made that a contract is to be awarded, the public contracting ' agency shall award the contract to the lowest response a er. (2) In determining the lowest responsible bidder, a public contracting agency shall: (a) If the contract is for a public im- provement, check the list created by the Construction Contractors Board under ORS 701.227 for bidders who are not qualified to hold a contract for a public improvement; and (b) For the purpose of awarding the con- tract, add a percent increase on the bid of a nonresident bidder equal to the percent, if any, of the preference given to that bidder in the state in which the bidder resides. (3) The Oregon Department of Adminis- trative Services on or before January 1 of each year shall publish a list of states that give preference to in-state bidders with the percent increase applied in each such state. The public contracting agency may rely on the names of states and percentages so pub- lished in determining the lowest responsible bidder without incurring any liability to any bidder. (4) The successful bidder shall: (a) Promptly execute a formal contract. (b) If the contract is for a public im- provement, execute and deliver to the public contracting agency a good and sufficient bond, to be approved by the public contract- ing agency, in a sum equal to the contract price for the faithful performance of the contract. In lieu of a surety bond, the public contracting agency may permit the success- ful bidder to submit a cashier's check or certified check in an amount equal to 100 percent of the contract price. If the public improvement contract is with a single person to provide both design and construction of a public improvement, the obligation of the surety bond, or the obligation of the bidder on the cashier's check or certified check, for the faithful performance of the contract re- quired by this paragraph, shall be also for the preparation and completion of the design and related services covered under the con- tract. • Notwithstanding when a cause of ac- tion, claim or demand accrues or arises, the surety or the bidder on the cashier's check or certified check shall not be liable after final completion of the contract, or longer if defined in the contract, for damages of any nature, economic or otherwise and including corrective work, attributable to the design aspect of a design -build project, or for the costs of design revisions needed to implement corrective work. (5) In cases of emergency, or where the interest or property of the public contracting agency probabl would suffer material injury by delay or oer cause, the requirement of furnishing a good and sufficient bond for the faithful performance of any public contract may be excused, if a declaration of such emergency is made and concurred in by all members of the governing board of the public contracting agency. (6) As used in this section: (a) "Lowest responsible bidder" means ie the lowest bidder who is not on the list es- tablished by the Construction Contractors Board pursuant to ORS 701.227 and who has: (A) SA�Ti-bidding complied with all pre- scribed �publiie procedures and re- quirements; (B) Met the standards of responsibility. In determining if a prospective bidder has met the standards of responsibility, the pub- lic contracting agency shall consider whether a prospective bidder has: (i) Available the appropriate financial, material, equipment, facility and personnel resources and expertise, or ability to obtain the resources and expertise, necessary to in- dicate the capability of the prospective bid- der to meet all contractual responsibilities; (ii) A satisfactory record of performance. The public contracting agency shall docu- ment ocument the record of performance of a pro- spective bidder if the public contracting agency finds the prospective bidder not to be responsible under this sub -subparagraph; (iii) A satisfactory record of integrity. The public contracting agency shall docu- ment the record of integrity of a prospective bidder if the public contracting agency finds the prospective bidder not to be responsible under this sub -subparagraph; Title 26 Page 48 (1999 Edition) P. 003