ITB PW 26-0002 - Unit Price Traffic Channelization Services
Opportunity
Woodinville is seeking traffic channelization services on an on-call basis to offset work done by King County.
Reference No.
RFP-2025-3128
Category
Transportation/Logistics
Due Date
March 12th, 2026
Description
All applicable bid documents are found in Public Purchase. See details below.INTRO/SCOPE OF WORK: The City of Woodinville (“City”) is looking to establish a new contract for Traffic Channelization (line/legend/painting/thermoplastic). The purpose of the ITB is to develop a fast, efficient method that City staff can use when small projects arise, to get Traffic Line Striping and Legend Marking Services, on an on-call basis. Since its incorporation in 1993, the City has been under an interlocal agreement with King County for traffic channelization services. This contract will initially be utilized to offset the work performed by King County.All work as required herein shall be pursuant to the latest WSDOT Standard Specifications M 41-10 for Road, Bridge, and Municipal Construction, Sections 8-22 (Pavement Markings) and 9-34 (Pavement Marking Material), including traffic control. WSDOT Standard Plans M 21-01 also as applicable. And further detailed in Attachment A, “Scope of Work”.It is the Contractor's responsibility to adequately review and understand the Scope of Work, and all potential hazards and dangers associated with the Work.Contractor shall include in their bid price any filing fees required to comply with applicable labor laws concerning prevailing wages, hours, workers’ compensation and other conditions of employment.BUDGET: The current estimated budget for 2026 is $75,000. (NOTE: the City is currently in the middle of its 2025-2026 biennium budget cycle. Monies for 2027-2028 are yet to be determined.)CONTRACT DURATION: The initial term of this Contract shall be three (3) years with the City having the option to renew for one (1) additional year.BID PRICE: The bid price shall include everything necessary to perform and complete each maintenance or work order, including, but not limited to, furnishing all materials, equipment, tools, and all management, superintendent’s labor and service. In the event of a discrepancy between the unit price and the total price for any Bid Item, the unit price will govern, and the total item price will be adjusted accordingly. If the Total Base Bid amount is an incorrect total when all Bid Items are added together, the Total Base Bid price will be corrected.BASIS OF AWARD: The City will select and award the Contract to the lowest responsible and responsive bidder pursuant to RCW 39.04.350. Determination of the low bidder will be made based on the Schedule 1, Total Base Bid, as shown on the Bid Proposal Form. The quantities listed are estimates for the purpose of comparison and not a guarantee of Work. The City will not be bound or limited to the quantities listed.Schedule 1 consists of the unit price costs related to paint, MMA, or thermoplastic lines/symbols/etc.Schedule 2 consists of the unit price cost for material removal of painted or thermoplastic lines, traffic markings, or crosswalk lines.Schedule 3 consists of the fully burdened prevailing wage rates for Traffic Control Striper working standard time, overtime, and weekends, as defined in Attachment A.The City will not accept any additional costs associated whatsoever with overhead, profit, duties, transportation, freight, fuel, environmental, storage, disposal, etc. These will not be paid for separately. Costs thereof should be included in theunit prices bid.The Information for Bidders on page 3 of the Bid Proposal Form clearly identifies all items and forms that must be submitted with Contractor’s bid prior to the bid closing date. Any items or forms missing upon bid opening may deem the Contractor as not responsive.ESTIMATED QUANTITIES: The unit quantities shown in the Bid Proposal Form are estimates and are stated only for bid comparison purposes. The City does not warrant that the actual quantities of work will correspond with those estimates. The City reserves the right to increase or decrease any of the quantities shown without adjusting the unit contract prices by Change Order. Payment will be made on the basis of the actual quantities satisfactorily completed in accordance with the Contract requirements.AGREEMENT FOR SERVICES: The Contractor selected for final award will be required to enter into a standard Public Works Contract substantially in the form of the draft contract attached with this ITB. The Contract will detail the unit rates bid by Contractor with a not to exceed total Contract amount of $75,000. Retainage will be waived, however a 100% Payment & Performance Bond will be required.PRICE INCREASES: Prices established at contract award will be firm and not subject to increase for the first 3 years from the date of award. The Contractor’s employees’ wages shall be altered annually to recognize and follow the most recently promulgated increases in prevailing wages. Pursuant to WAC 296-127-023, the City shall be responsible for the cost of increases in employee wages to achieve prevailing wages. Surcharges for fuel, hazardous material disposal, or similar will not be allowed.BID PROPOSAL SUBMITTAL: All interested and registered Contractors must submit their bid proposal through the Public Purchase portal by 2 pm (local time) on March 12th, 2026. Bid proposals received after the due date will not be accepted. There will NOT be a physical public opening of bids. Public Purchase allows for an electronically sealed bid system and as a result all bids must be uploaded in Public Purchase to be accepted. Thus, the public opening of bids will be done electronically on Public Purchase.(For instructions on how to get registered in Public Purchase go here:https://www.sharedprocurementportal.com/VendorRegistration. Note that it may take up to 24 hours for newly registered accounts. Registration is a 2-step process. Step 1 is to register. Step 2 occurs after you receive an activation email from Public Purchase. You will have to log back in, click on the “Tools” tab then, on the “Agencies” tab. This will take you to the Agency search page. In the Agency name box type in “Agency Name”. Leave the “new Agency since” box blank. Make sure Registration Status says “ALL”. Click on “search”. This will bring up the Agency below. To the far right of it you will see “view” and “Register”. Click on the “Register” link to complete the supplier registration with the Agencies. If you do not select “Woodinville” you will not appear to me as a registered vendor and you will not be able to access this ITB or download bid attachments).Contractors certified Veteran Owned, Small Owned, or OMWBE Certified minority or women owned businesses are encouraged to register in Public Purchase and submit a bid. For more information:Office of Minority and Women's Business Enterprises | (wa.gov).Submitted bids shall be valid for at least sixty (60) calendar days after bid opening.The City of Woodinville will not be liable for any costs associated by the Contractor in preparation of a bid/proposal or presentation in response to this ITB.All proposals shall be accompanied by a bid deposit in the form of cashier’s check, certified check, postal money order, or a surety bond to the City of Woodinville in the amount of five percent (5%) of the total amount of the bid. An electronic copy of the bid deposit or bond must be submitted with the full proposal on Public Purchase, with the original bid deposit or bond either hand delivered to Woodinville City Hall or mailed to 17301 133rd Avenue NE, Woodinville, WA 98072, Attn: Chista Kouretchian – prior to bid closing.The original must be received by the City at Woodinville City Hall, addressed as directed herein, no later thanWednesday February 25th.Bidder Protests shall be pursuant to RCW 39.04.105.PREVAILING WAGE:This Contract is subject to the requirements of Chapter 39.12 RCW, as it may be amended, relating to prevailing wages. Prevailing rate shall be paid on public works and building service maintenance contracts. No worker, laborer or mechanic employed in the performance of any part of this Contract shall be paid less than the prevailing rate of wage as determined by the Industrial Statistician of the Department of Labor and Industries for the State of Washington. The schedule of prevailing wage rates in King County for this Contract is available online athttps://secure.lni.wa.gov/wagelookup/rates/journey-level-ratesand by this reference made a part of this contract as though fully set forth herein effective from the date of this ITB issuance. If the work is funded in part or in whole with Federal funds, Federal wage laws and regulations shall be applicable. A printed copy of the prevailing wage rates is available for viewing at the City of Woodinville, or a hard copy can be mailed upon request.Prior to making any payment under the awarded Contract, the City must receive an approved copy of the “Statement of Intent to Pay Prevailing Wages” from the Department of Labor and Industries. It is the Contractor’s responsibility to obtain and file the Statement. The Contractor shall be responsible for all filing fees. Each invoice shall include a signed statement that prevailing wages have been paid by the Contractor and all subcontractors. Following the final acceptance of the Work, Contractor shall submit an “Affidavit of Wages Paid” which must be certified by the Industrial Statistician of the Department of Labor and Industries.Intents and affidavits must be submitted annually for all Work completed during the previous 12 months, which must be certified by the Industrial Statistician of the Department of Labor and Industries.In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be adjusted by the parties of interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State and his/her decision therein shall be final and conclusive and binding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended.A NOTE about Prevailing Wages: An owner/operator does not need to pay themselves prevailing wages; HOWEVER, they do still need to pay their employees prevailing wages and file Intents and Affidavits with the Department of Labor and Industries. (See also WAC 296-127-026.)SUBCONTRACTORS:A public works contractor must verify responsibility criteria for each first tier subcontractor, and a subcontractor of any tier that hires other subcontractors must verify responsibility criteria for each of its subcontractors. Verification shall include that each subcontractor, at the time of subcontract execution, meets the responsibility criteria listed in RCW 39.04.350(1) and possesses an electrical contractor license, if required by chapter 19.28 RCW, or an elevator contractor license, if required by chapter 70.87 RCW. This verification requirement, as well as the responsibility criteria, must be included in every public works contract and subcontract of every tier. Each Contractor shall submit the names of such subcontractors (or name itself as performing the work) on a separate sheet of paper attached to and submitted with their bid proposal. In the absence of such a list submitted with the bid proposal, the Contractor’s agreement and certification in this paragraph of no subcontracting in the three identified trades remains in force.PUBLIC RECORDS ACT:All responses submitted become the property of the City and after bid opening may be subject to public disclosure under the Public Records Act, RCW 42.56. Within two business days of the bid opening on a public works projects subject to competitive bids, if a bidder requests copies of the bids, the City will provide copies of the bids received (see RCW 39.04.105). In that event, the City will allow at least two full business days after providing bidders with copies of all bids before executing a contract for the project.Any information contained in the response that is exempt from public disclosure because it is proprietary, a trade secret or otherwise exempt must be clearly designated. Marking of the entire response or entire sections of the response as exempt will not be accepted or honored. The City will not honor designations by the bidder where pricing is marked proprietary.TITLE VI NON-DISCRIMINATION COMPLIANCE: The City of Woodinville, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252,42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
Key Requirements
RFP Submission Requirements for Opportunity Traffic Channelization
Contact Information
What you’ll get when you unlock
All the details after a short form. No spam
- Latest RFP PDF
- Buyer contact sheet
- Submission checklist
- Any addenda links