Portland observer. (Portland, Or.) 1970-current, September 19, 1990, Page 14, Image 14

Below is the OCR text representation for this newspapers page. It is also available as plain text as well as XML.

    I age 14 • I he Portland Observer-September 19, 1990
h
Portland Observer
CLASSIFIEDS
NOTICE TO CONTRACTORS
Project #3660
Sealed bids for ihe construction of Dawson Tract’s Sewer and Water System
Improvements for the City of Brookings, Curry County, Oregon, will be received
by the City until 1:00 P.M., PDT, on October 2,1990. Bids submitted prior to the
opening are to be delivered to City Hall, Brookings, Oregon. Bid opening will be
conducted at the City Hall and publicly opened and read aloud.
The project includes installation of sewer lines, water lines, sewage pumping
stations, and consists of the following approximate quantities.
Schedule “ A ”
-2,982 Lineal Feet
12" Sewer Line
-1,635 Lineal Feet
10" Sewer Line
-1,434 Lineal Feet
8" Sewer Line
- 322 Lineal Feet
6" Sewer Line
-1,225 Lineal Feet
4" Sewer Line
- 80 Lineal Feet
24" Steel Casing Bore
-5,252 Lineal Feet
8" D.I. Pressure Main
- 80 Lineal Feet
20" Steel Casing Bore
- 31 Each
Various Manholes
- 595 Tons
A.C. Pavement Replacement
-5,578 Lineal Feet
8" Water Line
-1,010 Lineal Feet
6" Water Line
- 135 Lineal Feet
20" Steel Casing Bore
- 6 Each
Fire Hydrant Assemblies
- 944 Lineal Feet
3/4" Services
Various Water Line Appurtenances
Schedule “ B”
8" Sewer Line
6" Sewer Line
4" Sewer Line
Manholes
A.C. Pavement Replacement
12" Water Line
8" Water Line
6" Water Line
20" Steel Casing Bore
Fire Hydrant Assemblies
Various Water Line Appurtenances
Schedule “ C ”
8" Sewer Line
6" Sewer Line
4" Sewer Line
Various Manholes
A.C. Pavement Replacement
5,270 Lineal Feet
425 Lineal Feet
1,605 Lineal feet
21 Each
675 Tons
1,572 Lineal Feet
3,788 Lineal Feet
1,707 Lineal Feet
90 Lineal Feet
1,320 Lineal Feet
-4,385 Lineal Feet
- 269 Lineal Feet
- 930 Lineal Feet
- 41 Each
- 480 Tons
-3,134 Lineal Feel
8" Water Line
-2,271 Lineal Feel
6" Water Line
- 6 Each
Fire Hydrant Assemblies
- 890 Lineal Feet
3/4" Services
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.E..INC., 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 o f 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
• • ;
NOTICE TO CONTRACTORS
Project #3714
•* it
Sealed bids for the construction of Wastewater System Improvements for the
City of Adair Village, Benton County, Oregon, will be received by the City until
2:00 P.M .,on October 1, 1990. Bids submitted prior to the opening are to be
delivered to City of Adair Village, 103 N.E. Wm. R. C an Avenue, Corvallis,
Oregon 97330. Bid opening will be conducted at the City Hall and publicly opened
and read aloud.
The project includes rehabilitation and construction of gravity sewerlines,
construction of two new pumping stations, and an outfall from Adair Village to the
Willamette River, with the following 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 Main
4 Each
Manholes
3 Each
Cleanouts
110 Cubic Yards
Aggregate Base
90 Tons
Asphaltic Concrete Pavement
3,864 Linear Feet
8 Inch Collection System Sewer Lining
792 Linear Feet
6 Inch Collection System Sewer Lining
575 Linear Feet
6 Inch Service Lateral Lining
810 Linear Feet
4 Inch Service Lateral Lining
15 Each
Rehabilitate Manholes
1 Each
Rehabilitate Cleanout
2 Each
Pump Stations
•<
£
Schedule B
Trench Excavation and Backfill
Rock Excavation
8" Effluent Forcemain Pipe
8" Polyethylene Effluent Forcemain Pipe
Miscellaneous Fittings
Aggregate Base
Asphaltic Concrete Pavement
11,513 Linear Feet
130 Cubic Yards
11,513 Linear Feet
8,378 Linear Feet
470 Cubic Yards
100 Tons
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:
i
r.
«
-•
u
'?
1
e
i .
k
i I
»
City of Adair
Bay Area Plan Exchange
Eugene Builders Exchange
Oregon Builders Exchange
Josephine County Builders Exchange
H.G.E..INC., 19 N.W. Fifth Avenue
Construction Data
Builders Plan Exchange
DJC Plan Center
Contractor’s Exchange
Builders Exchange
Dodge Scan
Adair Village, Oregon
Coos Bay, Oregon
Eugene, Oregon
Roseburg, Oregon
Grants Pass Oregon
Portland, Oregon
Portland, Oregon
Portland, Oregon
Portland, Oregon
Salem, Oregon
Medford, Oregon
Seattle, Washington
One copy may be obtained by prequalified prospective bidders upon receipt
of cash or check in the amount of $ 110.00 may be 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; Specifica­
tions SO.25 per sheet.
Bidders must pre-qualify with City of Adair Village on Standard Oregon
Review Board Prequalification Forms, ten (10) days prior to bid opening.
Disqualification statements shall be issued not later than 4 days before bid opening
by the owner. Prequalification forms may be obtained from the Engineer and
should be submitted to the Owner via the Engineer. If 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 of 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 Com mu-
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 Agrcemcnts.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
of 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 responsivc/responsiblc bidder on each schedule.
A pre-bid conference to be held 1:00 o ’clock p.m., local time on the 1 Oth 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 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 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
Advertising
H Employment
» 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 o f small, uninority, 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 1:00 o ’clock p.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
MULTNOMAH COUNTY
EAST BURNSIDE LANDSCAPING (Project 1121)
Bids Due October 9,1990 at 2:00 P.M.
Bid No. B61-200-5118.
Sealed bids will be received by the Director of Purchasing, Multnomah
County Purchasing Section, 2505 S.E. 11th Ave., Portland, OR 97202 for:
Landscape, underground irrigation system, concrete walks, Painting, metal
work and electrical requirements from SE 197th Ave to SE Fariss Road on East
Burnside.
Plans and Specifications are filed with the Purchasing Director and copies
may be obtained from the above address fora $5.00 non-refundable fee. CHECKS
AND MONEY ORDERS ONLY. Plans and Specifications will not be mailed
within the Tri-County area.
PREBID CONFERENCE: Optional Pre-bid on September 2 5 ,1990,9:00am
at Yeon Shops 1620 SE 190th, Portland, OR.
PREQUALIFICATION OF BIDDERS Pursuant to the Multnomah County
Public Contract Review Board Administrative Rules (AR 40.030) Prequalifica­
tion shall be required for this project for the following class(es) of work: Land­
scaping-Highways, Streets, Roads, Parks, and Rest Areas (Roadside seeding,
Lawns, Shrubs, trees and irrigation systems.
Prequalification applications or statements must be prepared during the pe­
riod of one year prior to the bid date. Prequalification application and proof of pre­
qualification by the Oregon Department of Transportation must be actually
received or postmarked to Multnomah County Purchasing Section by not later
than 10 days prior to bid opening.
All bidders must comply with the requirements of the prevailing wage law in
ORS 279.350.
Details of compliance are available from Larry Weaver, Purchasing Section,
Department of General Services, 2505 SE 11th Ave..Portland, OR 97202, (503)
248-5111.
Contractors and subcontractors must be licensed for asbestos abatement work
if the project involves working with asbestos.
No proposal will be considered unless accompanied by a check payable to
Multnomah County certified by a responsible bank, or in lieu thereof, a surety
bond for an amount equal to ten percent (10%) of the aggregate proposal. The
successful bidder shall furnish a bond satisfactory to the Board in the full amount
of the contract.
Multnomah County reserves the right to reject any or all bids.
LILLIE WALKER, DIRECTOR
PURCHASING SECTIONON
NOTICE OF INTENT
The Oregon Department of Transportation, Highway Division, Traffic engi­
neering Section requests proposals from consulting firms with experience in
permanent signing and traffic signal design work for highway construction proj­
ects. The Traffic Engineering Section will assign work on the as-needed basis.
The successful Consultant will enter into a flexible service contract to pro­
vide services for a one year period at a maximum value of $50,000.
If you arc interested in being considered, a Request for Proposals can be
obtained by calling or writing Bob Thompson, Consultant Liaison Engineer, 307
Transportation Building, Salem, OR 97310, telephone (503)378-6563.
REQUEST FOR BIDS
The Metropolitan Service District (Metro) is soliciting bids for a single
Household Hazardous Waste Collection Event (9OR-122-SW). Sealed bidsmust
be delivered to the Solid Waste Department, Metro, 2000 SW First Avenue, Port­
land, OR 97201-5398, to the attention of robin Smoot, Senior engineer, no later
than 3:00p.m. PDT, Friday October 12,1990, at which time they will be publicly
opened in the Council Chambers.
Potential bidders may obtain bid documents by contracting robin Smoot at
221-1646, ext. 539. Metro may reject any Bid not in compliance with all pre­
scribed public bidding procedures and requirements and may reject for good
Support our Advertisers—
SAY YOU SAW IT IN
THE PORTLAND OBSERVER