September 12,1990 I CLASSIFIEDS NOTICE TO CONTRACTORS Project #3660 Sealed bids for the construction o f Dawson Tract’s Sewer and W ater System Improvements for the C ity o f Brookings, Curry County, Oregon, w ill be received by the C ity until 1 :0 0 P .M .,P D T , on October 2 ,1 9 9 0 . Bids submitted prior to the opening are to be delivered to C ity H a ll, Brookings, Oregon. B id opening w ill be conducted at the C ity H a ll and publicly opened and read aloud. The project includes installation o f sewer lines, water lines, sewage pumping stations, and consists o f the following approximate quantities. Schedule “ A ” 12" Sewer Line -2,982 Lineal Feet 10" Sewer Line -1,635 Lineal Feet 8" Sewer Line -1,434 Lineal Feet 6" Sewer Line - 322 Lineal Feet 4" Sewer Line -1,225 Lineal Feet 24" Steel Casing Bore - 80 Lineal Feet 8" D .I. Pressure M ain -5,252 Lineal Feet 20" Steel Casing Bore - 80 Lineal Feet Various Manholes - 31 Each A .C . Pavement Replacement - 595 Tons 8" W ater Line -5 5 7 8 Lineal Feet -1 ,010 Lineal Feet 6" W ater Line 20" Steel Casing Bore - 135 Lineal Feet - 6 Each F ir e Hydrant Assemblies - 944 Lineal Feet 3/4" Services Various W ater Line Appurtenances Schedule “ B ” 8" Sewer Line 6" Sewer Line 4" Sewer Line -5,270 Lineal Feet - 425 Lineal Feet -1,605 Lineal feet Manholes A .C . Pavement Replacement 12" W ater Line 8" W ater Line 6" W ater Line 20" Steel Casing Bore Fire Hydrant Assemblies - 21 Each - 675 Tons -1 5 7 2 Lineal Feet -3,788 Lineal Feet -1,707 Lineal Feet - 90 Lineal Feet -1 ,320 Lineal Feet Various W ater Line Appurtenances Schedule “ C ” 8" Sewer Line -4,385 Lineal Feet - 269 Lineal Feet 6" Sewer Line 4" Sewer Line Various Manholes A .C . Pavement Replacement - 930 Lineal Feet - 41 Each The Portland Observer - Page 11 Portland Observer 8" Water Line -3,134 Lineal Feet 6” Water Line -2,271 Lineal Feet Fire Hydrant Assemblies - 6 Each 3/4" Services - 890 Lineal Feet Various Water Line Appurtenances Schedule “ D ” Five (5) Various Sized Sewage Pumping Stations Plans and specifications may be seen at the office of H.G.E., INC., engineers and Planners, 375 Park Avenue, Coos Bay, Oregon 97420, and at the following locations: Bay Area Plan Exchange Medford Builders Exchange Eugene Builders Exchange Oregon Builders Exchange Josephine County Builders Exchange H .G £.,IN C ., 19 N.W. Fifth Avenue Construction Data Builders Plan Exchange DJC Plan Center Brookings City Hall Dodge Scan -Coos Bay, Oregon -Medford, Oregon -Eugene, Oregon -Roseburg, Oregon -Grants Pass Oregon -Portland, Oregon -Portland, Oregon -Portland, Oregon -Portland, Oregon -Brookings, Oregon -Seattle, Washington One copy may be obtained by prequalified prospective bidders upon receipt of cash or check in the amount of $ 100.00 made payable to the Engineer. Deposit made upon procurement of drawings, specifications, and forms of contract documents will be non-refundable. Individual sheets and specification pages may be purchased for the cost of reproduction: Drawings $2.00 per sheet; Specifications $0.25 per sheet. Bidders must pre-qualify with Owner, on Standard Oregon Review Board Pre­ qualification Forms, ten (10) days prior to bid opening. Disqualification statements shall be issued not later than 4 days before bid opening by the owner. Prequalifica­ tion forms may be obtained from the Engineer and should be submitted to the Owner via the Engineer. If a prequalification form ison file with the Engineer and is not over one year old, refiling is not necessary unless there has been a substantial change in Contractor’s status.No bid will be considered unless fully completed in the manner provided in the “ Instructions to bidders” upon the bid form provided by the Engineer and accompanied by a bid bond executed in favor of the City of Brookings in an amount not less than ten percent (10%) of the total amount of the bid. Bid bond is to be forfeited as a fixed and liquidated damage should the bidder neglect or refuse to enter into a contract and provide suitable bond for the faithful performance of the work in the event the contract is awarded him. Funds for the improvements are avail­ able, and monthly payments will be made by check. Any Contract award under this Invitation to Bid is expected to be funded in part ^Advertising st Employment a Bids/Sub-Bids by a grant from the United States Environmental Protection Agency (EPA). Neither the United States nor any of its departments, agencies, or employees is or will be a party to this Invitation to Bid or any resulting contract. This procurement will be subject to regulations contained in Part 33 Procurement Under Assistance Agreements. Bidders on this work will be required to comply with the provisions o f the President’s Executive Order No. 11246 concerning equal employment opportu­ nity, including all amendments and requirements issued thereunder. The require­ ments for Bidders and Contractors under this Order are explained in the Contract Documents. The attention of Bidders is directed to the requirements and conditions of employment to be observed and minimum rates to be paid under the Contract. The Bidder shall comply with provisions of ORS 279.348 TO 279.363 or the Davis- Bacon Act (40 U.S.C.276a) for this public work project The bidder’s attention is directed to the provisions of these Contracts that related to the utilization of small, minority, and women business enterprises during the performance period of the Contract. The following goals are set for this Contract: 1. Eight percent of the dollar amount of the construction services and/or sup­ ply services is to be performed by minority subcontractors and/or minority sup­ pliers. 2. Four percent of the dollar amount of the construction services and/or sup­ ply services is to be performed by women subcontractors and/or women suppliers. Prior to award of Contract, EPA will review the Proposals with respect to the Bidder’s degree of compliance with the above goals; a low Bidder who has not achieved these goals must demonstrate to the satisfaction of the Director, Office of Civil Rights and Urban Affairs, EPA Region 10, that the goals are not attain­ able on the Contract work. Before a Contract will be awarded, compliance with all EPA requirements specified in the Contract Documents will be subject to EPA review and approval. A pre-bid conference to be held LOOo’clockp.m ., local time on the 12th day of September, 1990, beginning at the Brookings City Hall. A tour of the wastewa­ ter and water system and proposed construction work will be conducted. At this meeting all questions concerning the Contract Documents or proposed work will be discussed. No bid will be received or considered by the City of Brookings or any officer therof unless the bid contains a statement by the bidder as a part of his bid that the provisions required by ORS 279.350 shall be included in this Contract. The City of Brookings reserves the right to reject any or all bids and to waive all informalities. No bidder may withdraw his bid after the hour set for the opening and thereafter until after the lapse of sixty (60) days from the bid opening. By order of the City of Brookings. Fred Hummel Mayor - 4 8 0 Tons NOTICE TO CONTRACTORS Project #3714 Sealed bids for the construction o f Wastewater System Improvements for the C ity o f A dair V illa g e , Benton County, Oregon, w ill be received by the C ity until 2 :0 0 P .M .,on October 1, 1990. Bids submitted prior to the opening are to be delivered to C ity o f A dair V illag e, 103 N . E W m . R . C arr Avenue, Corvallis, Oregon 97330. B id b ft'n lng ’Mllbe'cohddcted A the C ity H a ll and publicly opened and read aloud. The project includes rehabilitation and construction o f gravity sewerlines, construction o f two new pumping stations, and an outfall from A dair V illag e to the W illam ette R iver, w ith the follow ing approximate quantities: Schedule A 660 Linear Feet Trench Excavation and Back fill 660 Linear Feet 8 Inch Sanitary Sewer Pipe 115 Linear Feet 6 Inch Service Laterals 570 Linear Feet 4 Inch Sanitary Sewer Pressure M ain 4 Each Manholes 3 Each Cleanouts 110 Cubic Yards Aggregate Base Asphaltic Concrete Pavement 8 Inch Collection System Sewer Lining 6 Inch Collection System Sewer Lining 6 Inch Service Lateral Lining 4 Inch Service Lateral Lining Rehabilitate Manholes Rehabilitate Cleanout Pump Stations Schedule B Trench Excavation and B ackfill Rock Excavation 8" E ffluent Forcemain Pipe 8" Polyethylene Effluent Forcemain Pipe 90 Tons 3,864 Linear Feet 792 Linear Feet 575 Linear Feet 810 Linear Feet 15 Each lE a c h 2 Each 11,513 Linear Feet 130 Cubic Yards 1 1 5 1 3 Linear Feet 8,378 Linear Feet Miscellaneous Fittings Aggregate Base Asphaltic Concrete Pavement 4 7 0 Cubic Yards 100 Tons Plans and specifications may be seen at the o ffice o f H.G.fc., IN C ., Engineers and Planners, 375 Park Avenue, Coos Bay, Oregon 97420, and at the following locations: C ity o f A dair Bay Area Plan Exchange Eugene Builders Exchange Oregon Builders Exchange Josephine County Builders Exchange Adair V illage, Oregon Coos Bay, Oregon Eugene, Oregon Roseburg, Oregon H .G JE ..IN C ., 19 N .W . Fifth Avenue Grants Pass Oregon Portland, Oregon Construction Data Builders Plan Exchange Portland, Oregon Portland, Oregon DJC Plan Center Contractor’s Exchange Portland, Oregon Builders Exchange Salem, Oregon Medford, Oregon Dodge Scan Seattle, Washington One copy may be obtained by prequalified prospective bidders upon receipt >f cash or check in the amount o f $110.00 may be payable to the Engineer. Deposit nade upon procurement o f drawings, specifications, and forms o f contract locuments w ill be non-refundable. Individual sheets and specification pages may te purchased for the cost o f reproduction: Drawings $2.00 per sheet; Spccifica- ions $0.25 per sheet. Bidders must pre-qualify w ith C ity o f A dair V illag e on Standard Oregon Review Board Prequalification Forms, ten (1 0 ) days prior to bid opening, disqualification statements shall be issued not later than 4 days before bid opening >y the owner. Prequalification forms may be obtained from the Engineer and thould be submitted to the Ow ner via the Engineer. I f a prequalification form is on file with the Engineer and is not over one year old, refiling is not necessary unless there has been a substantial change in Contractor’s status. No bid will be considered unless fully completed in the manner provided in the “ Instructions to bidders” upon the bid form provided by the Engineer and accompanied by a bid bond executed in favor of the City of Adair Village in an amount not less than ten percent (10%) of the total amount of the bid. Bid bond is to be forfeited as a fixed and liquidated damage should the bidder neglect or refuse to enter into a contract and provide suitable bond for the faithful perform­ ance o f the work in the event the contract is awarded him. Funds for the improvements are available, and monthly payments will be made by check. Any Contract award under this Invitation to Bid is expected to be funded in part by a grant from the United States Environmental Protection Agency (EPA),and the Department of Housing and Urban Development through the Oregon Commu­ nity development Program (0CD). Neither the United States nor any of its departments, agencies, or employees is or will be a party to this Invitation to Bid or any resulting contract. This procurement will be subject to regulations contained in Part 33 Procurement Under Assistance Agreements.Contracts awarded after September 30, 1988 are subject to 40 CFR regulations. Bidders on this work will be required to comply with the provisions of the President’s Executive Order No. 11246 concerning equal employment opportu­ nity, including all amendments and requirements issued thereunder. The require­ ments for Bidders and Contractors under this Order are explained in the Contract Documents. The attention of Bidders is directed to the requirements and conditions of employment to be observed and minimum rates to be paid under the Contract. The Bidder shall comply with provisions of ORS 279.348 TO 279.363 or the Davis- Bacon Act (40 U.S.C.276a) for this public work project The bidder’s attention is directed to the provisions of these Contracts that related to the utilization of small, minority, and women business enterprises during the performance period of the Contract. The following goals are set for this Contract: 1. Eight percent of the dollar amount of the construction services and/or supply services is to be performed by minority subcontractors and/or minority suppliers. 2. Four percent of the dollar amount of the construction services and/or supply services is to be performed by women subcontractors and/or women suppliers. Prior to award of Contract, EPA will review the Proposals with respect to the Bidder’s degree of compliance with the above goals; a low Bidder who has not achieved these goals must demonstrate to the satisfaction of the Director, Office o f Civil Rights and Urban Affairs, EPA Region 10, that the goals are not attainable on the Contract work. Before a Contract will be awarded, compliance with all EPA and OCD requirements specified in the Contract Documents will be subject to EPA review and approval. The Owner reserves the right to accept or reject any or all proposals and to waive any informalities in said Proposals. The right is reserved to delete any portion of bid schedule at Owner’s discretion, and to award each schedule separate to the lowest responsive/responsiblc bidder on each schedule. A pre-bid conference to be held 1:00 o ’clock p.m., local time on the 10th day of September, 1990, beginning at the Adair Village City Hall. A tour of the wastewater and proposed construction work will be conducted. At this meeting all questions concerning the Contract Documents or proposed work will be dis­ cussed. No bid will be received or considered by the City of Adair Village or any officer thereof unless the Eid contains a statement by the bidder as a part of his bid that the provisions required by ORS 279.350 shall be included in this Contract The City of Adair Village reserves the right to reject any or all bids and to waive all informalities. No bidder may withdraw his bid after the hour set for the opening and thereafter until after the lapse of sixty (60) days from the bid open­ ing. By order of the City of Adair Village. Wanda Tobiassen City Recorder INFORMATIONAL ADVERTISEMENT DEPARTMENT OF TRANSPORTATION HIGHWAY DIVISION CALL FOR BIDS Sealed bids will be received until 9 a.m. on September 27, 1990, for the projects listed below: County Klamath Linn Clackamas and Multnomah Gilliam Wheeler Hood River* Klamath* Douglas* Marion and Linn* Forge Rd.-Lobert (N. Unit) Sec. of The Dalles- Califomia Hwy. (US97) beg. approx. 31 mi.N.of Klamath Falls. Grade, pave, structures, and signing. Reg. 2 Bridge Fencing Projects at M.P. 209.06, 230.12,M.P. 233.23 over the Pacific Hwy.(I-5). Protective fencing. S.C.Portland-N.C.L. West Linn Sec. of the Oswego Hwy. (Rt.43) bet. Portland and West Linn. Guard rail and slope protection m at Lower rock Creek Bridge Sec. of Lower Rock Creek Rd. (Co. Rd. No. 521). Grade, surfacing, and structure. DBE Goal. Service Creek rock Prod. Proj. on Service Creek-Mitchell Hwy. approx. 0.5 mi.S. of Service Creek. Viento Park and Mitchell Point Rockfall Sec. of the Columbia River Hwy.(1-84). Grade, pave, and walls. DBE Goal. The Dalles/Califomia Hwy.-Industrial Park Dr. Sec. of West Campus Way in Klamath Falls. Grade, pave, and signing. DBE Goal. Stump Lakc-Windigo Sec. of the North Umpqua Hwy. (OR-138) beg. approx. 67+ mi. E. of Roseburg. Grade, pave, and signing. DBE Goal. N. Jefferson Intchng.-N. Albany Intchng.(S.B.) Sec. of the Pacific Hwy. (1-5). Grade, pave, structures, signing, and landscaping.DBE Goal. Plans, specifications, and bid documents may be obtained in Rm. 10, Trans­ portation Building, Salem, OR 97310. Prime contractors must be prequalified ten days prior to the bid opening day. For additional information, please contact Commission Services at 378-6526. If your business is not certified as a Disadvantaged Business Enterprise (DBE) or a women Business Enterprise (WBE), please contact the Office of Minority, Women, and Emerging Small Business at 155 Cottage, Salem, OR 97310, phone (503) 378-5651. ♦A D B E P R E B ID W O R K S H O P W I L L B E H E L D A T T H E A G C C E N T E R , 9450 S .W . C O M M E R C E C IR C L E , W IL S O N V IL L E , O R 970 7 0 A T 9:00 A .M . O N T H U R S D A Y , S E P T E M B E R 20, 1990. REQUEST FOR PROPOSALS 90-8-3 The Oregon Department of Human Resources, Children’s Services Division is seeking to secure qualified organizations Jto design and operate a therapeutic preschool program abased on the Relief Nursery of Lane County model to serve at least 24 children and their parents. The program will provide comprehensive services to low-income families with children ages six weeks to five years in which there is a history of or potential for abuse. Fifteen of the children will have parents undergoing intensive out-patient drug treatment. Four of the children will have no history of involvement with CSD. All children will be living with their parents. A copy of the Request for Proposal RFP 90-8-3 describing required services and giving instructions on submitting proposal may be obtained by calling the CSD Business Services Office (503) 378-3542 (Salem). Proposals are due not later than 5:00 pm, OCTOBER 4,1990, at the Business Services Office, CSD, 198 Commercial St. SE, Salem, OR 97310. Offeror’s Conference will be held to answer general questions related to RFP 90-8-3 on September 1 2 , 1990 at 1:00 pm at the Children’s Services Division, Multnomah Branch Office, 185 NE A