SLED Opportunity · OREGON · WASHINGTON COUNTY

    100808 - 2026 Road Fund Asphalt Maintenance

    Issued by Washington County
    countyITBWashington CountySol. 248319
    Closed
    STATUS
    Closed
    due Apr 22, 2026
    PUBLISHED
    Apr 6, 2026
    Posting date
    JURISDICTION
    Washington County
    county
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Washington County seeks ODOT prequalified contractors for asphalt maintenance including traffic control, vegetation trimming, pavement removal, and asphalt paving. Estimated contract value is $4.5M-$5.5M. Bids due April 22, 2026, submitted electronically via the County's procurement portal.

    Opportunity details

    Solicitation No.
    248319
    Type / RFx
    ITB
    Status
    open
    Level
    county
    Published Date
    April 6, 2026
    Due Date
    April 22, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    Washington County
    State
    Oregon
    Agency
    Washington County

    Description

    The work to be done under this contract consists of Implementing Traffic Control, Vegetation Trimming, Grinding, and Asphalt Paving operations for Washington County’s Road Fund Maintenance. Contractor must be ODOT prequalified for ACP services (Asphalt Concrete Paving and Oiling).

    Project Details

    • Reference ID: 2026.034-ITB
    • Department: LUT
    • Department Head: Stephen Roberts (Director of LUT)

    Important Dates

    • Questions Due: 2026-04-21T00:00:00.000Z

    Addenda

    • Addendum #1 (released 2026-04-14T20:32:42.740Z) —

      Updated attachment E - Book 2 to the most recent revision.

      Added Attachment J - Speed Cusion

      Added lines 17, 18 and 21.

      Updated quantity on line 26.

      Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • Deadline Disclaimer
      1. It is the responsibility of the responder to upload and submit their electronic response before the deadline date and time approaches as posted on the County's Procurement Portal. Allow for a sufficient amount of time for the bid entry/document upload process in order to ensure timely submission.
      2. Make sure that all documents are uploaded as soon as possible well in advance of the deadline. The County's Procurement Portal will close promptly at the deadline date and time.  All responses must be submitted, not in process, by that time…no exceptions are allowed.
      3. Please note the system will accept Google Docs or Google Pages, but they are not readable by the County.  DO NOT upload your response using a Google product.
    • Certified Business Utilization Reporting - B2G Now
      1. The County has implemented an online Certified Business utilization tracking system. This web-based software system facilitates Certified Business utilization reporting for all construction, architecture, engineering, and related services contractors doing business with Washington County. The system is designed to streamline and automate subcontractor utilization reporting requirements and includes the following key features:
        1. Automated tracking of Certified Business utilization
        2. Online verification of subcontractor payments
        3. Automated communication with contractors via email regarding reporting status
      2. Prime contractors will be required to use the online system to submit monthly subcontractor payment data. Subcontractors will be required to use the online system to verify payments received from prime contractors. Subcontractors will also identify any further tiers of subcontractors and submit monthly subcontractor payment data if applicable. Prime contractors and subcontractors must access the system at least monthly, when prompted, to manage contract information and provide the required subcontractor and payment information. Prime contractors are responsible for ensuring that all subcontractors comply with the utilization tracking requirements. The Certified Business utilization tracking system is online at https://washcopurch.mwdbe.com. Access information will be provided to each contractor after contract award.
      3. The County anticipates that the time commitment to comply with this requirement would be approximately thirty minutes.
    • Laws and Regulations
      1. The bidder shall be familiar with all Federal, State, County and /or City laws and regulations, which in any manner affect those engaged or employed in the work or the materials or equipment used or which in any way affect the conduct of the work, and no pleas of misunderstanding will be considered on account of ignorance thereof. If the bidder discovers any provision in the specifications or project information, plans or contract documents that is contrary to or inconsistent with any law or regulations, they shall report it to Washington County in writing via the County’s e-Procurement portal .
      2. All work performed by the contractor shall be in compliance with all Federal, State, County and local laws, regulations and ordinances. Unless otherwise specified, the contractor shall be responsible for applying for applicable permits and licenses.
    • Additional page

      Use if needed

    • Legal Advertisement

      WASHINGTON COUNTY, OREGON INVITATION TO BID

      No. 2026.034-ITB 100808 - 2026 Road Fund Asphalt Maintenance

       

      Bid documents may be obtained only through the OpenGov Procurement website, at http://www.washcopurch.com/biz , free of charge. Paper copies of Bid Documents will not be made available for prospective bidders.

      Addenda, Plans Holders List, Preliminary Bid Results, and Notice of Intent to Award, will be posted on the OpenGov Procurement website.  Addenda will ONLY be made available on the OpenGov Procurement website.

      Bidders are responsible for checking the site for any addenda to the ITB documents before submitting their bids to the site.

      Bids for 100808 - 2026 Road Fund Asphalt Maintenance, will be received electronically via the County's OpenGov Procurement Portal before 2:00 pm on Wednesday, April 22, 2026, after which bids will be opened, and publicly read aloud by qualified Washington County staff via video conference on Microsoft Teams. A link to the meeting will be provided on the OpenGov Procurement website within the Instructions to Bidders section. All interested parties are invited to attend remotely via Microsoft Teams. Bids submitted after the above stated time will not be accepted. 

      The estimated expense for this contract will be $4,500,000-$5,500,000.

      Submit questions only in writing on the County's OpenGov Procurement Portal with the Question/Answer feature on the project page.

      https://procurement.opengov.com/portal/washington-county-or

      Replies to these questions will be posted on the County portal as well.

      PROJECT STAFF WILL ONLY RESPOND TO QUESTIONS SUBMITTED IN WRITING 

      Bids must contain a statement as to whether the bidder is a resident bidder, as defined in ORS 279A.120(1)(b).

      The County may reject any bid not in compliance with all prescribed public bidding procedures and requirements, and may reject for good cause any or all bids upon a finding of the County it is in the public interest to do so.

      Washington County reserves the right to reject any and all bids and to waive any and all informalities in the best interest of the County.

      Bidders are solely responsible for ensuring receipt of their bid by the Procurement Division, including but not limited to successfully uploaded documents.

      Bidders must conform to the requirements of these bid documents and all related, applicable laws.

      The County does not intend to pre-qualify any bidders for this project. All bids submitted for this project will be considered provided that they meet the criteria set forth in the bid documents with respect to submission in a timely manner, bonding, and all other applicable requirements.

       

      Dated this NO VALUE

      Danielle Howard

      Procurement Analyst II

      danielle_howard@washingtoncountyor.gov

      Posted to: Monday, April 6, 2026NO VALUE

    • Recycled Materials and Sustainable Products and Processes
      1. To the extent practicable and economically feasible, suppliers shall provide a competitive preference for products and services that conserve natural resources and protect the environment and are energy efficient.
      2. Examples of such products may include, but are not limited to, products described in U.S. Environmental Protection Agency (U.S. EPA) guidelines at 40 C.F.R. Parts 247-253, implementing section 6002 of the Resource Conservation and Recovery Act, as amended, 42 U.S.C. § 6962. Suppliers shall include this provision in all its subcontracts, with the requirement that it shall flow down to all subcontracts regardless of tier.
      3. These efforts must be consistent with maintaining a satisfactory level of competition unless the supplier determines that such items: (1) are not reasonably available in a reasonable period of time; (2) fail to meet reasonable performance standards, which shall be determined on the basis of the guidelines of the National Institute of Standards and Technology, if applicable to the item; or (3) are only available at an unreasonable price.
    • Overview

      The following instructions, terms and conditions apply to all bids or other such offers to provide construction services, services, or goods to Washington County.

    • Clean Air Construction – Fleet Registration and Compliance Determination
      1. In February of 2020, Washington County adopted the Clean Air Construction (CAC) Standard (www.portlandoregon.gov/cac). As such, all diesel nonroad equipment over 25hp and all diesel concrete mixers and dump trucks used on this project will need to meet the CAC requirements.
      2. Best Available Control Technology (BACT) approach means that for that specific vehicle or piece of equipment, that among all potential options, the emission control device that maximizes diesel particulate matter reductions was installed. A “DPF or equivalent” emission control device is defined as capturing diesel particulate matter at a level of 85% or greater.
      3. Prior to the submission deadline, the bidder/proposer shall register their CAC-applicable construction nonroad equipment and on-road vehicles in The Yard, https:/heyard.clean-air.app/, the CAC equipment registration and compliance portal. Details on how to register can be found online at: [enter link]. Failure to register may result in bid/proposal rejection. Registration involves knowing the following about each piece of applicable equipment/vehicle in your fleet:
        1. Equipment Type (e.g. excavator, dozer, loader)
        2. Fuel Type (diesel, electric, gasoline, hybrid electric, propane, etc.)
        3. On-Road or Nonroad
        4. Make
        5. Model Year
        6. Horsepower
        7. For diesel engines: Any aftermarket emissions control devices installed? (if yes, indicate type of control device, e.g. DOC, DPF, etc.).
      4. After the Notice of Intent to Award is posted, the successful Contractor will be invited to assign all applicable subcontractors and suppliers (including any equipment rental firms) to the project through The Yard. Subcontractors and suppliers will need to register the equipment and vehicles from their fleets in The Yard. At this time, the successful Contractor and their applicable subcontractors and suppliers may request an exemption for a specific piece of equipment or vehicle if it meets one of the following exemption request criteria:
        1. After following a BACT approach, the required emission control device would obscure operator lines of 
          sight or otherwise impact worker safety or the equipment is not able to be retrofit with a verified
          emission control device; or
        2. No compliant rental equipment is available within 100 miles of the job site; or
        3. After following a BACT approach, the Contractor can demonstrate that due to the uniqueness of the 
          equipment/vehicle or similar special circumstances, it is not reasonable to comply with the diesel
          engine requirement for a specific piece of equipment/vehicle.
        4. Exemptions may also be granted during the course of the project when a noncompliant piece of 
          equipment/vehicle is required to respond to an emergency. In such cases, the Contractor shall notify
          the Owner’s Representative and request approval for an exemption via The Yard. Such exemptions
          shall be valid only for the duration of the emergency, repair timeframe, or similar temporary timeframe
          as applicable.
      5. Approved exemptions shall be valid for the calendar year, at which time contractors may request to extend exemptions. Requests shall be reviewed by the CAC Program and will either be retired or renewed for another calendar year.
      6. Through this process, the Contractor shall certify that all applicable equipment and vehicles used on the project are in compliance with the Clean Air Construction requirements or have a valid exemption.
      7. The Yard can be accessed here https:/theyard.clean-air.app/
    • Legal Advertisement

      WASHINGTON COUNTY, OREGON INVITATION TO BID

      2026.034-ITB

      Bid documents may be obtained only through the OpenGov Procurement website, at http://www.washcopurch.com/biz , free of charge. Paper copies of Bid Documents will not be made available for prospective bidders.

      Addenda, Plans Holders List, Preliminary Bid Results, and Notice of Intent to Award, will be posted on the OpenGov Procurement website.  Addenda will ONLY be made available on the OpenGov Procurement website.

       

      Bidders are responsible for checking the site for any addenda to the ITB documents before submitting their bids to the site.

      Bids for 100808 - 2026 Road Fund Asphalt Maintenance, will be received electronically via the County's OpenGov Procurement Portal before 2:00 pm on Wednesday, April 22, 2026, after which bids will be opened, and publicly read aloud by qualified Washington County staff via video conference on Microsoft Teams. A link to the meeting will be provided on the OpenGov Procurement website within the Instructions to Bidders section. All interested parties are invited to attend remotely via Microsoft Teams. Bids submitted after the above stated time will not be accepted. 

      The estimated expenditure for this contract will be $4,500,000-$5,500,000.

      Bids must contain:

      • A statement as to whether the bidder is a resident bidder, as defined in ORS 279A.120(1)(b).
      • Confirmation that bidder will comply with the statement in the bid document regarding compliance with the provisions of ORS 279C.800 to 279C.870 or 40 U.S.C. 3141 et seq. “Workers on Public Works to be Paid Not Less Than Prevailing Rate of Wage". 

      Submit questions only in writing on the County's OpenGov Procurement Portal with the Question/Answer feature on the project page.

      https://procurement.opengov.com/portal/washington-county-or

      Replies to these questions will be posted on the County portal as well.

      PROJECT STAFF WILL ONLY RESPOND TO QUESTIONS SUBMITTED IN WRITING 

      The County may reject any bid not in compliance with all prescribed public bidding procedures and requirements, and may reject for good cause any or all bids upon a finding of the County it is in the public interest to do so.

      Washington County reserves the right to reject any and all bids and to waive any and all informalities in the best interest of the County.

      Bidders are solely responsible for ensuring receipt of their bid by the Procurement Division.

      All bidders must be registered with the Oregon Construction Contractors Board prior to submitting bids. Failure to be registered will be sufficient cause to reject a bid as "non- responsive.” 

      Licensing per ORS 468A.720 (working with asbestos) is not required for this project.

      Bidders must conform to the requirements of these bid documents and all related, applicable laws. Bidders must complete and submit the First-tier Subcontractors Disclosure Form provided or document that contains the required First Tier Subcontractors Disclosure requirements, either with the bid, or using a separate, linked solicitation on the OpenGov Procurement site. This form shall be submitted no later than two work hours after the time bids are due, per 00120.40(f). First Tier Subcontractors Disclosure forms submitted via email will not be accepted.

      Washington County is an Equal Opportunity and Affirmative Action Employer. The policy of the County is to provide equal opportunity for participation in its contracting activities to all persons and firms in compliance with applicable Federal and State laws, rules, and regulations.  Washington County encourages bidding by COBID certified firms and will assist such firms to understand and participate in the formal bidding processes.

      Contractor will demonstrate that an employee drug and alcohol testing program is in place and that employees who are engaged in the construction, reconstruction or maintenance of a project (all public works projects) have tested negative for drugs and alcohol or have entered a rehabilitation program.

      The County does intend to pre-qualify all bidders for this project. ODOT pre qualification is required, all bidders will be checked against the Bureau of Labor and Industries and the Construction Contractor’s Board list of contractors ineligible to receive public works contracts.

       

      Monday, April 6, 2026

      Danielle Howard

      Procurement Analyst II

      danielle_howard@washingtoncountyor.gov

      Posted to: Oregon Buys 6th day of April, 2026

    • State Provisions for Prevailing Wages (this applies to all public works over $50,000)
      1. In compliance with ORS 279C.800 through 279C.870 or the Davis-Bacon Act (40U.S.C. 3141 et seq.) and as part of this bid, the bidder herein agrees and it shall be a condition of their bond that in performing this contract they shall pay and cause to be paid not less than the prevailing rate of wages as of the date of their bid for and to each and every worker who may be employed in and about the performance of this contract. If the public officers who make the contract determine at any time that the prevailing rate of wages has not been or is not being paid as required by the contract, they may retain from the monies due to the contractor an amount sufficient to make up the difference between the wages actually paid and prevailing rate of wages, and they may also cancel the contract.
      2. The Contractor shall promptly, as due, make payment to any person, co-partnership, association or corporation, furnishing medical, surgical and hospital care or other needed care and attention, incident to sickness or injury, to employees of each contractor, of all sums which the contractor agrees to pay for such services and all moneys and sums which the contractor collected or deducted from the wages of the contractor's employees pursuant to any law, contract or agreement for the purpose of providing or paying for such services. (Reference: ORS 279C.530)
      3. When a public works project is subject to ORS 279C.800 to279C.870 and the Davis-Bacon Act (40 U.S.C. 3141 et seq.):
        1. Every contractor or subcontractor employing workers on a public works project must pay to such workers no less than the applicable prevailing rate of wage for each trade or occupation, as determined by the Commissioner.
        2. If the state prevailing rate of wage is higher than the federal rate of wage, the contractor and every subcontractor shall pay no less than the state prevailing wage rate; and
        3. If the federal prevailing rate of wage is higher than the state prevailing rate of wage, the contractor and every subcontractor on the project shall pay no less than the federal prevailing rate of wage as required by the Davis-Bacon Act.
      4. If the Contractor fails, neglects, or refuses to make prompt payment of any claim for labor or services furnished to the Contractor or a subcontractor by any person, or the assignee of the person, in connection with the public works contract as such claim becomes due, the proper officer or officers of the public contracting agency may pay such claim and charge the amount of the payment against funds due or to become due the Contractor by reason of the contract (Reference: ORS 279C.570).
      5. A person may not be required or permitted to labor more than 10 hours in any one day, or 40 hours in any one week, except in cases of necessity or emergency or when the public policy absolutely requires it, in which event, the person so employed for excessive hours shall receive at least time and a half pay:
        1. For all overtime in excess of eight hours in any one day or 40 hours in any one week when the work week is five consecutive days, Monday through Friday; or
        2. For all overtime in excess of 10 hours in any one day or 40 hours in any one week when the work week is four consecutive days, Monday through Friday; and time worked on Saturday and on any legal holiday specified in ORS 279C.540.
      6. As per rule OAR 839-025-0020 (4) the County incorporates the most current prevailing wage rate publication entitled: Prevailing Wage Rates for Public Works Contracts in Oregon and include any amendments.

      These rates can be viewed at the following web site:

      https://www.oregon.gov/boli/employers/pages/prevailing-wage.aspx

    • Precedence of Documents

      The order of precedence of documents is as follows:

      1. Instructions to Bidders
      2. Specifications/Scope of Work
      3. Pricing Proposal
      4. Special Instructions
    • Copies of Bid Documents

      Documents obtained from sources (such as directly from other bidders) other than www.WashCoPurch.com/biz are not valid solicitation documents. It is the bidder’s responsibility to insure they are listed as an interested party on the County's Procurement Portal website for a particular project in order to receive notification of all addenda as well as additional relevant information.

    • Clean Air Construction – Continual Compliance, On-Site Inspections, and Violations
      1. The Clean Air Construction requirements progress over time, and the Contractor shall ensure applicable equipment and vehicles used on the project are in compliance with the current requirement throughout the course of the project.
      2. During the course of the project, the County may conduct an on-site inspection of CAC-applicable equipment and vehicles to confirm accuracy of fleet information submitted to The Yard.
      3. Should the Owner’s Representative or authorized third-party discover, during the course of the project, that the Contractor, Subcontractor, or Supplier is violating the CAC engine requirements, the Owner’s Representative may issue a Notice to Cure to the Contractor. The Notice to Cure will state the specifics of the violation and the timeframe within which the Contractor has to remedy the violation. The remedy timeframe shall not exceed seven (7) calendar days. If the Contractor fails to remedy the violation per the Notice to Cure, the Owner’s Representative may issue a Stop Work notice, authorizing the stoppage of work until the violation is remedied.
    • Discrimination in Subcontracting
      1. A contractor who contracts with a public contracting agency shall not discriminate against minority, women or emerging small business enterprises in the awarding of subcontracts. The contractor shall certify by signing the Certification and Contract Offer that the contractor has not discriminated against minority, women or emerging small business enterprises in obtaining any required subcontracts. ORS 279A.110
      2. The public contracting agency may disqualify any person as a bidder on a public contract if the agency finds that the person has violated this section in a contract between the person and the agency.
      3. If the person wishes to appeal the disqualification, the appeal procedure shall be pursuant to ORS 279C.450.
    • Overview and Purpose

      The project is to perform paving and pavement repairs on multiple Washington County roads for road preservation. Washington County is seeking the services of a qualified vendor based on the requirements in this solicitation and in accordance with the following:

      Attachment D & E –Project Manuals, Book 1 & 2

      Attachment F – Drawings/Plans

    • Bidder's Requirements

      All items must have a price or percentage in order to be seen as responsive. The County considers a line marked as $0 to be the price bid for that line item. If there is a NO BID column then choosing that option is acceptable.

      The bidder further agrees to the following:

      1. To examine all specifications, instructions, terms and conditions thoroughly.
      2. To provide for appropriate insurance, bid guaranties, and performance bonds as required.
      3. To comply fully with specifications as attached for the agreed bid and/or contract, especially where materials and work are involved.
      4. To clean up all debris and remove debris from the site as specified.
      5. All equipment replaced or removed by the bidder shall remain the property of the County unless otherwise noted in the specifications or special instructions.
      6. Upon completion of the contract and/or delivery and installation, to pass a good, free and clear title for goods and services rendered to the County. Such goods and services shall be free of all claims, mechanic’s liens, subcontractor judgments and other encumbrances which might cloud the County’s title to said goods and services.
      7. That they have met any and all registration requirements where required for contractors as set forth in the Oregon Revised Statutes. As required, bidders shall furnish a valid contractor's license number at the time of bid opening.
      8. To accept any claims, liens and demands to indemnify the County and hold harmless the County and preserve the property the entire time of equipment installation and/or contract duration.
    • The Rights of the County

      The County expressly reserves the following rights:

      1. To waive any irregularities in the bids submitted.
      2. To base awards with due regard to price, delivery, compliance with specifications, and other such factors as may be necessary and in the public interest in the circumstances.
      3. To make awards to any bidder whose bid, in the opinion of management and the Board, is the lowest responsible bid.
      4. To cancel the procurement or reject any or all bids, or selected portions thereof, in accordance with ORS 279B.100. Under no circumstances shall the County be responsible for, nor shall it reimburse, any costs associated providing a bid for this solicitation.
      5. To negotiate final contract terms and conditions to the fullest extent allowed by the law and as in the best interests of the County.

      Acceptance of an offer is subject to budget approval and budgetary constraints as determined by the County.

    • Scope of work

      The Work to be done under this Contract consists of the following in Washington County:

      1. Implement temporary traffic control and temporary pollution control measures
      2. Trim vegetation adjacent to and above the roadway related to contract operations
      3. Perform approximately 181,385 SY of 2" Cold Plane Pavement Removal
      4. Perform approximately 2,452 SY of 3" Cold Plane Pavement Removal
      5. Perform approximately 6,801 SY of 4" Cold Plane Pavement Removal
      6. Perform approximately 61,207 SF of Asphalt Concrete Pavement Repair
      7. Place approximately 338 Tons of Level 3,  3/8" Dense ACP on Washington County roads
      8. Place approximately 23,078 Tons of Level 3,  1/2" Dense ACP on Washington County roads
      9. Replace traffic signal loops
      10. Place approximately 125,416 FT of thermoplastic
      11. Place pavement markings as required
      12. Adjust utilities
      13. Additional and incidental Work as called for by the Specifications
      14. Scholls Ferry Rd at Hwy 10 will need to be conducted at night to get far enough away from the intersection to switch to days and the rest of the paving limits will need to be conducted over a school in-service day/weekend so that no paving work will affect school operations. See section 150.55 of the Special Provisions for conflicting projects.
      15. Washington County may add pavement repairs to be completed in Spring of 2027 to this contract, If pavement repairs are added the Contractor will be asked to provide updated pricing at that time. Pavement repair work is not guaranteed.
    • Qualifications of Bidders

      Qualifications of bidders may be evaluated when determining the award. Bidders may be required to produce acceptable personal, business, and credit references and completed examples of previous work of a similar nature.
      The County reserves the right to investigate references and to consider the past performance of any bidder with respect to its successful performance of similar projects, compliance with specifications and contractual obligations, its completion or delivery of services on schedule, and its lawful payment of employees and workers whether or not specifically listed by the bidder.

    • Record Drawing

      This record drawing (also referred to as As Builts) has been prepared, in part, based upon information furnished by others. While this information is believed to be reliable, Washington County and its Architects/Engineers assume no responsibility for the accuracy of this record drawing or for any errors or omissions that may have been incorporated into it as a result of incorrect information provided or subsequent changes to the building that were not captured. Those relying on this record document are advised to obtain independent verification of its accuracy.

    • Low Tie Bids
      1. Low tie bids are subject to the Oregon preference as provided by ORS279A.120: “For purposes of awarding a public contract, a contracting agency shall give preference to goods or services that have been manufactured or produced in this state if price, fitness, availability and quality are otherwise equal.”
      2. Low tie bids that remain after application of the statutory Oregon preference shall be awarded according to the following sequence:
        1. Award shall be made by drawing lots among any tied Oregon bidders. Such bidders shall be given notice and an opportunity to be present when lots are drawn.
        2. If none of the tied bidders is located in Oregon, award of the contract shall be made by drawing lots among all tied bidders. Such bidders shall be given notice and an opportunity to be present when lots are drawn.
    • Substitution Requests
      1. The materials, products and equipment described in the Bidding Documents establish a standard of required function, dimension, appearance, and quality to be met by any proposed substitution. Any request for substitutions must be submitted for consideration no later than Monday, April 20, 2026 by5:00 pm. Substitution requests shall be submitted via the question and answer section of the solicitation. 
      2. A statement setting forth changes in other materials, equipment or other portions of the Work, including changes in the work of other contracts that incorporation of the proposed substitution would require, shall be included. The burden of proof of the merit of the proposed substitution is upon the proposer.
      3. The project manager's decision of approval or disapproval of a proposed substitution shall be final. If the project manager approves a proposed substitution prior to receipt of Bids, such approval will be set forth in an Addendum. Bidders shall not rely upon approvals made in any other manner. No substitutions will be considered after the Contract award unless specifically provided for in the Contract documents.
    • Schedule

      A. Complete all Paving Work adjacent to Schools and School/Continental Crosswalk Markings to be done under the Contract not later than August 21, 2026.

      B. Complete all Work to be done under the Contract not later than September 30, 2026.

    • Award Recommendation / Intent to Award

      A Notice of Intent to Award will be posted on the www.WashCoPurch.com/biz web site at least seven (7) days before the award of the contract.

    • Applicable Specifications
      1. The Specifications that are applicable to the Work on this Project are the 2024 edition of the Oregon Standard Specifications for Construction, as modified by the Special Provisions.
        1. All number references in the Special Provisions shall be understood to refer to the Sections and subsections of the Standard Specifications bearing like numbers and to Sections and subsections contained in the Special Provisions in their entirety.
    • Contract Term
      1. The term of the contract will be through project completion. Changes in the term of the contract are allowed if agreed upon by both parties and not to exceed 5 years.
      2. The maximum term of the contract will be five years.
      3. The estimated expenditure for the contract is approximately 4,500,000 - 5,500,000. Actual expenditures may be more or less depending on actual requirements.
    • Specification Protest or Suggested Change Process

      Delivery: Any protest of the specifications must be delivered to the County in writing no later than seven (7) calendar days prior to the bid closing date, a postmark is not sufficient, as follows:

      Specification Protest Bid #:2026.034-ITB
      Washington County Procurement Division ATTN: Procurement Manager
      155 North First Avenue, Suite 270 MS 28
      Hillsboro, Oregon 97124-3072

      1. Content: A written protest must include:
        1. Sufficient information to identify the solicitation that is the subject of the protest;
        2. The grounds that demonstrate how the procurement process is contrary to law or how the solicitation document is unnecessarily restrictive, is legally flawed or improperly specifies a brand name;
        3. Evidence or supporting documentation that supports the grounds on which the protest is based; and
        4. The relief sought; and
        5. A statement of the desired changes to solicitation document that the prospective bidder believes will remedy the conditions upon which the prospective bidder based its protest.
      2. County Response: The County may reject without consideration a bidder’s protest after the deadline established for submitting protest. The County shall provide notice to the applicable protestor if it entirely rejects a protest. If the County agrees with the protest, in whole or in part, the County shall either issue an addendum reflecting its determination or cancel the solicitation.
      3. Extension of Closing: If the County receives a written protest in accordance with this Section the County may extend closing if the County determines an extension is necessary to consider the protest and to issue addenda, if any, to the solicitation document.
      4. Judicial review of the County’s decision relating to a specification protest shall be in accordance with ORS 279B.405.
    • Contractor Pre-Qualifications

      Contractor must be ODOT prequalified for ACP services (Asphalt Concrete Paving and Oiling)

    • Licenses/Permits
      1. ORS 701.026 and ORS 671.530 require that bidders be licensed with the Oregon Construction Contractors Board or licensed by the State Landscape Contractors Board prior to the submission of a bid.
        1. A contractor licensed under ORS Chapter 701 may bid on a landscaping job or perform a construction project that includes landscape contracting as a portion of the project if the landscape contracting portion is subcontracted to a licensed landscaping business as defined in ORS 671.520.
        2. A landscaping business may bid on a job or perform a contract that includes the phase of landscape contracting for which it is not licensed if it employs a licensed landscape contractor, or subcontracts with another landscaping business, licensed for that phase.
        3. Failure to be licensed will be sufficient cause to reject bids as “non-responsive.”
      2. The contractor shall maintain in effect all licenses, permits and certifications required for the performance of the work. The contractor shall notify the County immediately if any license, permit or certification required for the performance of this contract ceases to be effective for any reason.
    • Form of Contract
      1. A copy of the County's contract that the County expects the successful firm or individual to execute is attached. The contract will incorporate the terms and conditions from this RFP document, attachments provided, and the successful proposer's response documents.
      2. Firms taking exception to any of the contract terms should indicate the same by uploading in the Vendor Submission or their exceptions will be deemed waived.
    • Bid Guaranty Form and Bid Bond
      1. The Bidder must complete and sign the Washington County Bid Guaranty Form provided under "Attachments", upload an electronic copy with their bid, and mail the original by the Bid Opening Date. Bids not accompanied by the Washington County Bid Guaranty Form may be deemed non-responsive and rejected.

      OR

      1. The Bidder must mail and will attach a copy of a bid security in the form of a certified check, cashier's check, or an irrevocable letter of credit in favor of Washington County, issued by a company currently licensed to do business in the State of Oregon, in the sum of at least ten (10) percent of the total bid, payable to Washington County, Oregon, which is to be forfeited as liquidated damages in accordance with 00130.60. The original certified check, cashier's check, or letter of credit shall be submitted by mail, or other delivery service.
      2. If the successful bidder fails to enter into a contract and furnish a performance and payment bond within fifteen (15) calendar days from the date on which they are notified they are the successful bidder, their check and/or bid bond in the amount thereof may be forfeited to the County as fixed and liquidated damages.
      3. After award of the contract by the County Administrator or Board of Commissioners, all bid bonds or checks will be returned (if requested) to bidders except the successful bidder whose bid bond or check will be retained until performance and payment bonds are presented to the County.
    • Bid Submission
      1. All bids must be submitted through our electronic Procurement Portal.
      2. Email, phone, fax and paper bids will not be accepted.
      3. It is the responsibility of the bidder to submit electronic bids before the deadline date and time approaches as posted on the County's Procurement Portal.

      4. It is the sole responsibility of the bidder to ensure receipt of bids and success of uploaded documents or bid modifications by the County by the specified time.
      5. Bidders are required to use the bid forms or tables posted on www.WashCoPurch.com/biz.
      6. Please note the system will accept Google Docs or Google Pages, but they are not readable by the County.  DO NOT upload your response using a Google product.

    • Bid Files

      A completed bid file for each project will be available, by appointment only, for public inspection at the Washington County Procurement Division Office.

    • Protest and Judicial Review of Award
      1. Purpose. The award by the Washington County Board of Commissioners of the contract shall constitute a final decision of the County to award the contract if no written protest of the award is filed. A bidder may protest the award of a contract, or the intent to award of a contract, whichever occurs first, if the conditions set forth in ORS 279B.410(1) are satisfied. A bidder must file a written protest with the County and exhaust all administrative remedies before seeking judicial review of the County's contract award decision.
      2. Delivery. A bidder must deliver a written protest to the Washington County Procurement Manager within seven (7) days after issuance of the notice of intent to award the contract. Protests must be physically received by 5:00 PM on the 7th day. A postmark is not sufficient.
      3. Content of Protest. A bidder’s written protest shall specify the grounds for the protest to be considered pursuant to ORS 279B.410(2). Bidder may not protest the content of Specifications, nor shall the County consider any such grounds, in an award protest. Bidders may protest only deviation for laws, rules, regulation or procedures, including procedures set out in the ITB. Protests must specify the grounds for protest including the specific citation or law, rule, regulation, or procedure upon which the protest is based.
      4. County Response. The Board or its designee shall not consider a bidder’s contract award protest submitted after the timeline established for submitting such protest has expired per B above. The County shall issue a written disposition of the protest in a timely manner as set forth in ORS 279B.410(4). If the protest is upheld, in whole or in part, the Board or its designee may in its sole discretion either award the contract to the successful protestor or cancel the procurement or solicitation.
      5. Judicial Review. Judicial review of the Board’s or its designee’s decision relating to a contract award protest shall be in accordance with ORS 279B.415.
    • Unit Prices

      If the bid document includes a schedule of unit prices for labor and materials or other items to establish a cost basis for unforeseen contract changes, Washington County reserves the right to reject, without impairing the balance of the bid, any or all such predetermined unit prices, and negotiate such unit prices during the term of the award.

    • Contractor's Responsibility

      It is understood that the specifications and other contract documents do not purport to control the method of performing the work, but only the requirements as to the nature of the completed work. The contractor assumes the entire responsibility for the method of performing the work. Suggestions as to the method included in the contract documents shall be deemed advisory only and the feasibility of such methods, or the lack thereof, shall not affect the contractor's liability, or status as an independent contractor under this contract.

    • Bid Opening
      1. All bids received will be publicly opened immediately after the bid closing date and time. All bidders and other persons who may be interested in this matter are invited to attend online through Microsoft Teams.
      2. Bids shall contain all required documents and descriptive literature. The Vendor Questionnaire must be complete in order to submit your response. Any statement accompanying and tending to qualify a bid may cause rejection unless the statement is required or permitted.
      3. Microsoft Teams Bid Opening Link

      Join Microsoft Teams Meeting

      +1 971-337-3439 United States, Portland (Toll)

      Conference ID: 522 346 32# 

    • Performance

      Contractor shall perform all services required by this contract within the time specified. Contractor shall provide all services in accordance with the highest industry standard prevalent in the industry or business most closely related to the construction industry. Unless the means or methods of performing a task are specified elsewhere in the contract, contractor shall employ methods that are generally accepted and used by the industry. Any performance that is found unacceptable will be documented and the contractor will be given written notice to correct the problem within a specified period. If the problem continues beyond the specified period the contractor may be found in breach of this contract, and the contract may be terminated.

    • Non-Performance

      In the event of nonperformance under the resulting contract the County will have the right to obtain from other sources such equipment, supplies, and/or services as may be required to fulfill the contract. It is agreed that the difference in cost, if any, for said equipment, supplies and/or services shall be borne by the contractor awarded this contract.

    • Drug and Alcohol Testing for Public Works Contracts

      Contractor shall demonstrate that an employee drug and alcohol testing program is in place and that the employees who are engaged in the construction, reconstruction or maintenance of a project (all public works projects) that have tested negative for drugs and alcohol or have entered a rehabilitation program. By signing the certification and contract offer the contractor is certifying that they have a program in place. ORS 279C.505(2)

    • Performance Bond
      1. A performance bond equal to the full contract price to be completed conditioned upon the faithful performance of the contract in accordance with the plans specifications and conditions thereof will be required from the successful bidder. Said performance bond shall be issued by a company currently licensed to do business in the State of Oregon, drawn in favor of Washington County.
      2. Said performance bond shall be delivered to the Contract Administrator prior to the commencement of work and no later than fifteen (15) calendar days after the notification of award of bid.
      3. The included performance bond should be used. Other performance bond forms may be accepted at the County’s sole discretion
    • Payment Bond
      1. A payment bond in an amount equal to the full contract price to be completed, solely for the protection of claimants under ORS 279C.600, will be required from the successful bidder. Said payment bond shall be issued by a company currently licensed to do business in the State of Oregon, drawn in favor of Washington County.
      2. Said payment bond shall be delivered to the Contract Administrator prior to the commencement of work and no later than fifteen (15) calendar days after the notification of award of bid.
      3. The included payment bond should be used. Other payment bond forms may be accepted at the County’s sole discretion.
    • Guarantee

      Contractor agrees to repair any failures due to inferior workmanship and/or materials without additional expense to the County.

    • Liquidated Damages

      The Contractor agrees that work under this contract shall be completed in accordance with the specified contract time. In the event Contractor fails to complete work within the time as herein mentioned, or in the extended time agreed upon, liquidated damage shall be computed and paid as specified in, or as modified by, the Special Provisions set forth in Books 1 & 2 (Attachments D / E).

    • Damage Clause
      1. Contractor shall be responsible for renovating, restoring, or otherwise repairing any portion of the County's premises, facilities, or any County owned properties or right-of-ways which are damaged by the contractor and its agents in the case of any work related to its obligation under this contract.
      2. Contractor agrees to repair any avoidable damage to existing materials, surfaces and equipment caused during the execution of the work, without additional expense to the County.
    • Product Safety
      1. In accordance with all applicable laws and generally accepted practices, the contractor will be solely and completely responsible for conditions of the job site, including the safety of all persons and property during the performance of the work. This requirement will apply continuously and not be limited to normal working hours.
      2. Performance, or other, reviews conducted by the County’s representative are not intended to include review of the adequacy of the contractor’s safety measures in, on, or near the project.
    • Questions, Interpretations, and Addenda

      Enter all questions regarding the meaning or intent of the solicitation into the questions area of the solicitation in www.WashCoPurch.com/biz.

      1. Interpretations or clarifications considered necessary in response to such questions will be posted as addenda or in Questions and Answers in the County's Procurement Portal . Bidders will be solely responsible to check for all addenda or questions and answers, if any, from the Procurement Portal prior to submitting their bid.
      2. Questions received after  Monday, April 20, 2026 will not be answered unless the County determines, in its sole discretion, it is in the public’s best interest to do so.
      3. Formal addenda and answers to questions posted in the Question and Answer section are made part of this solicitation and will be binding. Oral and other interpretations or clarifications will be without legal effect.
      4. Written addenda may also be issued to modify the bid documents at the discretion of the County.
      5. Receipt of addenda must be acknowledged on the County's Procurement Portal.
      6. All questions pertaining to this bid shall be addressed only through the County's Procurement Portal. Do not contact any other Washington County staff, employee or official regarding this bid. Communication between bidder and any County staff is prohibited from the time the bid is advertised until the award of a contract to the bidder selected by The County.
    • OSHA

      During the performance of this contract, the Contractor is required to comply with the conditions of the Federal Occupational Safety and Health Act of 1972 (OSHA) and the standards and regulations issued there under. The bidder shall further agree to hold the County, its employees, agents, commissioners, and assigns harmless and free from liability for failure to comply with said standards and regulations by the bidder. It shall be the sole responsibility of the bidder to remain familiar with said standards and regulations and maintain their enforcement.

    • Hazardous Materials
      1. All materials that include solvents, paints, cleaning agents, chemicals, reagents or other hazardous materials shall be labeled in accordance with Oregon law with the name(s) of the hazardous ingredient(s), the hazard(s) of the material(s) and the appropriate precautions. Materials for which toxicological or hazard data are unavailable shall carry a label stating: “Toxicological and other hazards unknown. Handle as extremely hazardous.”
      2. Environmentally Preferred Products/Material Safety Data Sheets. Whenever possible, the Contractor should use environmentally preferable products which present a lesser impact to the public health and the environment than competing products. Contractor agrees, upon execution of this contract, to submit a copy of the relevant material safety data sheet(s) for any chemical substance the Contractor will bring on to the County’s premises and use as part of the work described in this contract.
    • Contract Award

      The County reserves the right to award this bid based on the following:

      Lowest responsive responsible bidder.

    • Patent or Franchise Infringement

      The Contractor agrees to protect the County against all claims for patent or franchise infringement arising from the purchase, installation, or use of the material(s) or service(s) ordered from this solicitation, and to assume all expense and damage arising from such claims.

    • Execution of Contract
      1. The successful bidder(s) shall within fifteen (15) business days from the date of receiving from the County the contract prepared and ready for execution, furnish the County the corporate performance and payment surety bonds specified herein if required and enter into a contract with the County.
      2. If the successful bidder fails to comply with any of the requirements herein, the County may, at its option, determine that the bidder has abandoned the contract and the security accompanying this bid shall be forfeited and the same shall become the property of the County.
      3. Successful bidder(s) will be held to all County policies and procedures.
    • Assignment to the County
      1. By entering into a contract under this solicitation, the contractor irrevocably assigns to Washington County any claim or cause of action which the contractor now has or which may accrue in the future, including, at the option of Washington County, the right to control any such litigation, by reason of any violation of 15 USC 15 §1-15 or ORS 646.725 or ORS 646.730, in connection with any goods or services provided to the contractor by any person which are used, in whole or in part, for the purpose of carrying out the contractor's obligations under such contract.
      2. Contractor shall require any subcontractor to irrevocably assign to Washington County, as a third party beneficiary, any right, title or interest that has accrued or may accrue to the subcontractor by reason of any violation of 15 USC 15 §1-15, ORS 646.725 or ORS 646.730, including, at the option of Washington County, the right to control any litigation arising there under, in connection with any goods or services provided to the subcontractor by any person, in whole or in part, for the purpose of carrying out the subcontractor's obligations as agreed to by the contractor in pursuance of the completion of this contract.
      3. In connection with this assignment, it is an express obligation of the contractor that it will take no action that any way diminishes the value of the rights conveyed or assigned hereunder to the County. It is an express obligation of the contractor to advise the Office of County Counsel for Washington County:
        1. In advance of its intention to commence any action on its own behalf regarding such claims or causes of action;
        2. Immediately, upon becoming aware of the fact that an action has been commenced on its own behalf by some other person or persons, of the dependency of such action; and
        3. The date on which it notified the obligor(s) of any such claims for relief or causes of action of the fact of its assignment to the County.
    • Price Adjustment
      1. Revised Published Price Lists will be used as a means of price increases. However, all bids are to be firm for a period of 360 calendar days after the bid closing date and Revised Price Lists will not be accepted by the County until after that date. Revised Published Price Lists will be accepted only in the event of an industry-wide price change, as evidenced by the issuance of revised price lists by the manufacturer. Price adjustments will not be made for changes in freight.
      2. Price increases will not become effective until revised list(s) are submitted to the County Contract Administrator under Contractor’s cover letter identifying the applicable requirements contract number. Contractor cover letter and pricing list(s) must be dated, signed and submitted at least thirty (30) days prior to the date the increase becomes effective. The County reserves the right to accept or reject any proposed changes in prices or discounts. If the price changes are accepted, they shall become effective upon completion of the contract amendment process.
      3. If price increases are necessary, the County must receive the same or better percentage discount from list as was reflected in the original bid prices.
      4. All price decreases and store specials shall be passed through in total to the County on the effective date of the price decrease.
      5. The County reserves the right to determine the acceptability of price verification documentation. Increases shall apply to orders issued on or after the effective date of the increase request once approved by the County. In the event of price increases(s), the County reserves the right to audit Contractor’s books and records relating to cost or pricing data.
    • Substantial Completion

      Work to be performed under this contract must be completed within the specified number of days from the date the Notice to Proceed is received by the contractor, and, subject to authorized adjustments, Substantial Completion of the Work shall be achieved within the time frame indicated in the construction schedule as submitted by the successful contractor.

    • Purchasing by Contractor

      Contractor shall make all purchases in its own name and not in any way attempt to bind the County in Contractor’s contractual agreements. Delivery of goods to County facilities will be at contractor’s own risk and expense.

    • Contact Persons

      The contractor shall designate one or more person(s) as the contact person for this contract. The contractor should provide to the County the names, addresses and telephone numbers of such person(s) and shall keep this information current at all times.

    • After Hours Work

      The following work must be done after hours (defined as 5pm – 7am):

      1. Work that occurs above occupied work or public areas.
      2. Work that is noisy, smelly, dusty etc.
      3. Work performed at the entrance to the main building or public areas.
      4. The contract administrator or authorized representative will work with the contractor to determine what work should be done after hours. After hours work will be determined at the pre-construction meeting.

      The contractor may be required to work after hours and weekends. After hours work may become necessary if a conflict in maintaining full access to the buildings arises. Access to the buildings must be maintained at all times.

    • Payment
      1. Payment shall be made upon submission of invoice and any required supporting documentation after final acceptance of each phase and/or monthly progress payments.
      2. Contractor shall invoice the County no later than thirty (30) days following completion of work.
      3. The County will pay the invoice within 30 days after approval of the invoice by the contract administrator.
    • Pre-Construction Meeting
      1. Before the contractor begins work, a pre-construction meeting will be held to establish a working understanding among the parties to the Project. Procedures will be established for operations coordination and administrative communications for matters such as submittals, clarifications and interpretations, and change orders, and for processing applications for payment. At this meeting, the contractor shall submit to the County a preliminary work progress schedule, a preliminary submittal schedule and the Contractor Safety Information Form (See Attachment H) for review by the County.
      2. The contractor shall submit the Contractor Safety Information Form for safety planning purposes. The County expects that the contractor will abide by all Oregon OSHA requirements and the Contract Documents to provide for the safety of its employees, agents, County employees and the general public. Work performed by subcontractors must be included on the submitted Contractor Safety Information Form. The contractor shall also include applicable company policies, procedures, or plans. Material safety data sheets (MSDS) for chemical products introduced to Washington County shall not be submitted with this information, butinformation but shall accompany the contractor on site and be available to the County upon request.
      3. The following information must be submitted at the Pre-Construction Meeting:
        1. Detailed schedule, and
        2. Contractor Safety Information Form.
    • Form of Contract
      1. A copy of the County's contract that the County expects the successful firm or individual to execute is attached. The contract will incorporate the terms and conditions from this document, attachments provided, and the successful response documents.
      2. Firms taking exception to any of the contract terms should indicate the same by uploading in the Vendor Submission or their exceptions will be deemed waived.
    • Public Contracting Statutes

      The provisions of Oregon Revised Statutes 279C.500 through 279C.870, Public Contracts, as applicable are incorporated herein by reference. Any bidder accepting a purchase order from the County and/or executing a contract with the County for the delivery of materials and/or services agrees to comply with said provisions.

    • First-Tier Subcontractors Disclosure
      1. Pursuant to ORS 279C.370, within two (2) working hours after the date and time of the deadline when bids are due to a contracting agency for a public improvement, a bidder shall submit to the contracting agency a disclosure of the first-tier subcontracts that:
        1. Will be furnishing labor or will be furnishing labor and materials in connection with the public improvement contract; and
        2. Will have a contract value that is equal to or greater than five percent (5%) of the total project bid, but at least $15,000, or $350,000, regardless of the percentage of the total project bid.
      2. For each contract to which this applies, the contracting agency shall designate a deadline for submission of bids that has a date on a Tuesday, Wednesday or Thursday and a time between 2pm and 5pm.
      3. This provision applies only to public improvement contracts with an estimate value of more than $100,000.
      4. For each subcontractor listed, the disclosure shall include:
        1. The name of the subcontractor and their Construction Contractor’s Board registration number,
        2. the category of work the subcontractor will be performing, and
        3. the dollar value of the subcontract.
      5. If no subcontractors subject to the above disclosure requirements are anticipated, a bidder shall so indicate by entering “NONE”.
      6. Bidders may choose to submit the subcontractors list with the bid at the bid closing date and time. Those subcontractor lists submitted after the bid closing shall be uploaded to the County's Procurement Portal, forms delivered via email will not be accepted.
      7. Late submissions will be a basis for rejection of the entire bid.
      8. After bids have been opened First Tier Subcontractor Forms may be posted to the Procurement Portal along with bid results.
    • Bidder Responsibility Form Questions
      1. The Apparent Low Bidder may be sent a link to respond to the Bidder Responsibility Form. Bidder must respond by the due date which shall be no more than 2 business days after the bid due date. Failure to do so will result in the low bidder being found non-responsive.
      2. The Bidder Responsibility Form addresses the following standards of responsibility:
        1. Evidence of projects of similar scope undertaken and completed by the bidder for local government agencies within the last five (5) years. Previous project information should include: examples of scope of work similar to this project, the name of the project, the bidder's role on the project (general contractor or subcontractor), the date completed, the project engineer or architect, and the name of the public agency (include the public agency's address, phone number and contact person). To be considered for acceptance a bidder must demonstrate a minimum of three (3) consecutive years' experience in successfully executing work of the types specified.
        2. Evidence of a satisfactory record of performance during the last five (5) years;
        3. Evidence of sufficient financial, material, equipment, facility and expertise, necessary to meet all contractual responsibilities;
        4. Evidence that the key subcontractors, installers and personnel supervisory proposed for this contract are qualified for the type of work specified; and
        5. Evidence of a satisfactory record of integrity. A bidder may be determined to lack integrity if the County determines the bidder demonstrates a lack of business ethics such as violation of state environmental laws or false certifications made to an agency. The County may find a bidder non- responsive based on the lack of integrity of any entity having influence or control over the bidder (such as a key employee of the bidder that has the authority to significantly influence the bidder's performance of the Contract or a parent company, predecessor or successor entity). The standards for conduct disqualification under Washington County Procurement Rule 30-145(1)(a) may be used to determine a bidder's integrity. Copies of any letters of recommendation or appreciation from other public agencies of previous improvement projects successfully completed by the bidder would be accepted but are not required.
    • Permits and Fees
      1. The County will pay for any general plan checking fees, the general building permit, and all system development fees required by Code and other regulatory agencies necessary for completion of the project.
      2. The Bidder shall obtain and pay for all other necessary permits and licenses (i.e., mechanical, electrical, plumbing, low voltage etc.), except for those specifically excluded, for the construction of the Work, for temporary obstructions, enclosures, opening of streets for pipes, walls, utilities, environmental work, etc. Bidder shall be responsible for all violations of the law, in connection with the construction of the project or caused by obstructing streets, sidewalks or otherwise resulting from its failure to obtain required licenses and permits. Bidder shall give all requisite notices to public authorities. The Bidder shall pay all royalties and license fees.
      3. It is the contractor’s responsibility to secure all certificates of inspection and of occupancy as required by the public authority.
    • Builders Risk Insurance
      1. The contractor will be required to hold a Builders’ Risk policy to cover both the contractor and the County for the total bid amount of the project. No mark up is allowed.
      2. The County will pay for coverage after the contractor presents the policy to the County for review and acceptance and provides a copy of the invoice for the coverage. At the contractors request the County will assist in shopping policies to get the best deal possible. The Builders’ Risk is then invoiced to the County on a schedule of values submission and is not allowed mark up.
      3. The contractor will be required to hold a Complete Operations Liability which covers the liability incurred by a contractor for property damage or injuries that may happen to a third party once contracted operations have ceased or been abandoned. Limits of $1M/$2M aggregate.
    • Security Clearance

      Some contract work may require going to one or more of the County’s secured facilities, if applicable, the Contractor shall obtain from the Sheriff’s Office, background checks for all employees used in the execution of the resulting contract. The Contractor shall obtain approved security/background checks before employees will be allowed into County secured facilities. Failure of any Contractor’s employee to obtain security approval/clearance shall disqualify said employee from providing work in defined secure areas.

    • Uniforms and Identification

      While at any County site, all Contractor personnel must wear a uniform with company identification, including company logo, visible to all other personnel in the area. Contractor personnel must maintain a clean and professional appearance at all times while at a County site.

    • Work Report

      The contractor shall provide a written report to the contract administrator if requested. The work report shall be on the company’s letterhead showing the following:

      1. Date and time of work request
      2. Time spent on work request
      3. The cause of the problem requiring work
      4. Building name where work occurred
      5. Work order number given by County staff requesting work

      The work report shall be emailed to the contract administrator. This report is independent of any billing invoices.

    • Invoicing

      All invoices will have the name of the County employee who requested the service, PO number, building location. In the case of scheduled maintenance, a County employee will be contacted at least 1-week prior to the scheduled service and that County employee’s name will be on the invoice. All labor hours will be itemized on the invoice with the quantity of hours, the hourly rate, and the total dollar amount. In the case of more than one hourly rate, all hourly rates will be itemized. When applicable, all materials will be itemized with the amount of each item, the cost of each item and the total cost for each item used. All invoices will have the County Facility Maintenance work order number associated with the service. The contractor will get this work order number from the county employee who requests the service to be performed. This requirement will apply to scheduled maintenance and call out maintenance or repair. In the event a mark up is allowable, the County will pay mark up on goods and materials only. The County will not pay a mark up on shipping charges, freight charges, fees (including disposal fees), taxes or surcharges.

    • Oregon Corporate Activity Tax ("CAT")
      1. In 2019 Oregon adopted a Corporate Activity Tax (“CAT”) applicable to all types of business entities.  The legislation accomplishes the following:
        1. Establishes a "Fund for Student Success" that is separate and distinct from the state's general fund
        2. Adopts a new Corporate Activity Tax (CAT) imposed on all types of business entities
      2. The CAT is in addition to the state's current corporate income tax. The CAT is imposed on businesses for the privilege of doing business in this state. It is measured on a business's commercial activity, which is the total amount a business realizes from transactions and activity in Oregon. The CAT is applied to taxable Oregon commercial activity in excess of $1 million. Any costs relating to Oregon’s Corporate Activity Tax will not be reimbursable under Cost of the Work.
    •  Cooperative Purchasing
      1. Pursuant to the intent of Oregon Revised Statutes, Chapter 279A.200, any publicly funded city, county, district, agency or similar entity shall have the authority to purchase specified goods/services directly from contractor under the terms and conditions of this contract.
      2. The proposer agrees to extend identical pricing and services to other public agencies for the same terms.
      3. Each contracting agency will execute a separate contract with the successful proposer for its requirements. Any ordering and billing shall take place directly between the proposer and such entity.
      4. Any proposer, by written notification at the time of the proposal due date and time, may decline to extend the prices, services and terms of this proposal to any, and/or all other public agencies. There is no penalty for declining cooperative procurements.

    Submission Requirements

    • Electronic Submittal (required)
       
       

      By electronically submitting this response the Supplier attests and certifies that:

      1. Person completing this response represents that I am either authorized to bind the Supplier, or that I am submitting the Response on behalf of and at the direction of the Suppliers's representative authorized to contractually bind the Supplier.

      2. I represent that the Supplier or its applicable representative(s) has reviewed the information contained in this Bid is accepted by the County and the undersigned fails to execute a satisfactory contract and bond in accordance with 00130.50, and after receiving written notice within ten (10) calendar days (excluding Sundays) from the date of from the date of the "Notice of Award", the County may, at its option, declare that the undersigned has abandoned the contract and thereupon this Bid shall be returned to the undersigned. in this Solicitation Package and that the information submitted is accurate.

      3. Respondent agrees that the action of electronically submitting its response constitutes:

      a. an electronic signature on the responses, generally,

      b. an agreement to conduct business electronically,

      c. an electronic signature on any form or section specifically calling for a signature, and

      d. an affirmative agreement to any statement contained in the solicitation that requires a definite confirmation or acknowledgement.

      e. an agreement that in the event this Bid is accepted by the County and the undersigned fails to execute a satisfactory contract and bond in accordance with 00130.50, and after receiving written notice within ten (10) calendar days (excluding Sundays) from the date of from the date of the "Notice of Award", the County may, at its option, declare that the undersigned has abandoned the contract and thereupon this Bid shall be returned to the undersigned.

    • Solicitation Requirements (required)

      Did you read through and confirm that you met all of the Solicitation requirements?

    • ODOT Prequalification (required)

      Contractor confirms they are ODOT prequalified for ACP services (Asphalt Concrete Paving and Oiling) 

    • Resident Bidder (required)

      The Bidder is a resident as defined in ORS 279A.120*?

      *ORS 279A.120(1)(b) – Resident bidder means a bidder that has paid unemployment taxes or income taxes in this state during the 12 calendar months immediately preceding submission of the bid, has a business address in this state and has stated in the bid whether the vendor is a resident vendor. Nonresident vendor shall comply with the provisions of ORS 279A.120(3).

    • Contact Information (required)

      If there are questions regarding your response to this solicitation list the name, email and phone number for the person to contact.

    • Offer

      By submission of a response does the bidder attest that they have carefully examined the Special Instructions, Project/Specification Information, General Instructions and all other related material and information, and agrees to comply with the terms set forth in those documents and to furnish the services described at the rates bid?

      Does the bidder further agree that this offer will remain in effect at the rates bid for a period of not less than 180 calendar days from the date that bids are due and that this offer may not be withdrawn or modified during that time?

    • Collusion and Discrimination (required)

      The bidder hereby certifies that this bid is genuine and that it has not entered into collusion with any other vendor(s) or any other person(s).

      The bidder hereby certifies that it has not discriminated and will not discriminate against any minority, women or emerging small business enterprise or against a business enterprise that is owned or controlled by or that employs a disabled veteran as defined in ORS 408.225 in obtaining any required subcontract per ORS 279A.110.

    • Past Employment (required)

      Have you or a member of your staff been an employee of Washington County in the last six months?

    • Tax (required)

      The bidder hereby certifies that they have complied with the tax laws of Oregon and all political subdivision of the State of Oregon, including ORS 305.620 and ORS chapters 316, 317 and 318. Washington County may terminate the contract if contractor fails to comply with any tax laws during the term of the contract.

    • CCB (required)

      Please enter your CCB#

    • Business Hours (required)

      Please enter your regular business hours.

    • Prevailing Wage Requirement (required)

      Confirmation that bidder will comply with the statement in the bid document regarding compliance with the provisions of ORS 279C.800 to 279C.870 or 40 U.S.C. 3141 et seq. “Workers on Public Works to be Paid Not Less Than Prevailing Rate of Wage". A bid bond, certified check, or cashier’s check in the amount of ten percent (10%) of the maximum amount allowable under the contract on the County’s Bid Guaranty Form may be required. 

    • Oregon Secretary of State Business Registry (required)

      Enter your registry number without dashes or spaces. If you are not currently registered enter N/A; if you are the successful bidder you will be required to register with the Secretary of State in order to contract with the County, per OAR 125-246-0330

    • Successful Bidder Requirements (required)

      If you are the successful bidder for this project, you will be required to fill out and submit all documents listed under Attachments. Please confirm that you understand this requirement.

    • Cooperative Purchasing (required)

      Will the bidder extend pricing and terms to other public agencies (There is no penalty for not agreeing to extend pricing.)?

    • Contract (required)

      1. Supplier hereby proposes to furnish equipment or services that meets or exceeds the minimum specifications provided in the Solicitation Documents. Furthermore, I agree to abide by all conditions of the solicitation and resulting contract.

      2. Supplier acknowledges award of a contract or purchase may be contingent upon a determination by the County that the Supplier has the capacity and capability to successfully deliver the required equipment or services.

    • Changes Requested to County Contract Standard Terms and Conditions

      Upload any alterations requested to Washington County's contract standard terms and conditions per the Form of Contract article of the Public Improvements General Terms and Conditions Section.

    • Bid Amount (required)

      Is your bid over $500,000.00?

    • Employees

      Do you have 50 or more full-time employees?

    • Certificate

      Do you possess an unexpired certificate from the Oregon Department of Administrative Services issued under ORS 279A.167 (Certification program for training in pay equity provisions of state law.)?

    • Liquidated Damages (required)

      Bidder accepts the provisions of the agreement as to liquidated damages in the event of failure to complete the work on time.

    • First-Tier Subcontractor Disclosure (required)

      Bidder acknowledges that they have read and understand the requirements of the First-Tier Subcontractors Disclosure information provided in this solicitation.

    • First Tier Subcontractors Form

      Please download the below documents, complete, and upload.

    • Subcontractor Payment and Utilization Reporting (required)

      Contractor acknowledges the requirement of Subcontractor Payment and Utilization Reporting through B2GNow and LCP Tracker as outlined within the section titled Program Compliance Requirements.

    • B2G Now (required)

      Are you a registered user and familiar with B2G Now? This question does not qualify or disqualify vendors from the bid. This information will be used in order to assist with training in the B2G Now system.

    • Bid Documents

      Please upload any required documents here including signature page and a copy of the bid bond if required.

    • Solicitation Awareness (required)

      How did you find out about this solicitation?

    • LUT (required)

      Is this project for LUT

    • Release Date of Advertisement (required)

      Please enter the release date for this project using the following format:

      XX day of Month, 20XX

    • Cost (required)

      What is the estimated expense for this project? Please use the following format:

      $xx,xxx - $xx,xxx OR $xx,xxx

    • Publications (required)

      Which publication(s) will you be using for this project?

      *If using more than one, please separate with a comma.

    • Amount of time for Substantial Completion (required)

      What is the substantial completion time frame for this project?

    • Liquidated Damages (required)

      If this project isn't completed on time will the County incur monetary damages that need to be paid by the contracto

    • Bid Bond (required)

      Will you be requiring a bid bond for this project?

    • Performance Bond (required)

      Will this project require a performance bond?

    • Payment Bond (required)

      Will this project require a payment bond?

    • Prevailing Wage (required)

      Will this project require prevailing wage rates to be paid?

    • First Tier Subcontractor (required)

      Do you anticipate the cost of this project to be over $100,000?

    • Clean Air Construction (required)

      Does this project require Clean Air Construction requirements to be followed?

    • B2GNow (required)

      Will this project require the Prime Contractor to report payment to subs?

    • Builder's Risk (required)

      Will this project require Builder's Risk Insurance Coverage?

    • ODOT Prequalification (required)

      Will this project require ODOT prequalification?

    • Contract Amount (required)

      What do you estimate the total value of the contract to be?

    • Term of Contract (required)

      Unless authorized by the Board a contract cannot exceed five years, but there are various ways that contracts can be set up. Please choose your preference. All options except option 1 will require amendments at designated times.

    Questions & Answers

    Q (Speed Bumps): How is installing the speed bumps paid for on SW Roshak RD

    A: Pricing Table has been updated to reflect Asphaltic Concrete Speed Cushion (00749)


    Q (Traffic Seperators): How is Remove & Replace of the Traffic Seperators on SW Scholls Ferry Road paid for its concrete.

    A: Pricing Table has been updated to reflect Concrete Curbs, Traffic Separator, 16-inch wide (00759) See detail Wash co Detail #2300 in the plan set


    Q (Tubular Markers): How is the Tubular Markers paid for on Scholls Ferry Road

    A: Pricing Table has been updated to reflect Surface Mounted Tubular Markers (00856)


    Q (Paving Between Planter Strips): Shouldn't paving between the planter strips on Rock Creek Blvd close to 185th be paid under extra for approaches

    A: No extra payment will be made for paving between the vegetated islands as it is on the same road that is set to be paved, extra for asphalt approach is reserved for paving approaches associated with adjacent roads.


    Q (Paving in the cul-de-sac): Can you add the paving of the Cul-de-sacs on Rock Creek Blvd to extra for approaches. We will have to do them separate of the main line paving.

    A: No extra payment will be made for paving Cul-de-sacs since in the County system that is all part of Rock Creek Blvd and is not considered an adjacent road.


    Q (4" Pavement Repair): On the 4" Pavement repair, can the contractor do all the 4" repair work first, then come back and grind off 2" to 3" and do the over lay since cars cannot drive on the grind surface. We can't do them at the same time as the overlay.

    A: Previous Contractors have been able to perform the pavement repair work during the overlay shifts which is the preferred method by the County. However if the contractor prefers to perform all of the pavement repairs separate then the re-grinding of the pavement repair locations as well as the asphalt will not be paid for a second time since it would have already been paid for during the pavement repairs. If there are specific locations that are of concern those can be negotiated with the County on an as-needed basis.


    Key dates

    1. April 6, 2026Published
    2. April 22, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.