Portland observer. (Portland, Or.) 1970-current, February 05, 1993, Page 10, Image 10

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

    F ebruary 5, 1993 • I ïie P ortland O bserver
Advertisement For Bids
City Of Oakridge
Wastewater Facilities Improvements
Sealed proposals for the City of Oakridge, Wastewater
Facilities Improvements, addressed to Jerry Shanbeck.
Public Works Director. City of Oakridge, P.O. Box 385,
48318 First Street, Oakridge, Oregon 97463, will be received
at the office of the Public Works Director until 11:00 a.m. on
the 3rd day of March, 1993, and then will be publicly opened
and read in the council chambers of the City of Oakridge,
48318 First Street, Oakridge, Oregon. Bids may be mailed
or delivered to the address shown above.
Principal items of work consist of the following:
1. Schedule A-Wastewater Treatment Plant Upgrade: The
work includes demolition of existing structures, equip­
ment and piping, construction of a 3.4 mgd pump
station, headwords, sequencing batch reactor treat­
ment system, and U.V. disinfection system. The work
also includes modification of an existing tankand opera­
tions building, construction of new operations building,
well system and site work.
2. Schedule B-Collection System Improvements-Sewer
Line Segments 1-8 Inclusive: The work includes re­
moval and replacement of approximately 2,240 lineal
feet of sanitary sewer line and construction of 1,370
lineal feet of sewer line, including manholes, services
and related appurtenances.
3. Schedule C-Collection System Improvements-Sewer
Line Segment 9:The work includes construction of
1,790 lineal feet of 10-inch sewer line including man­
holes and services.
Bids shall be based on the contract lump sum for Schedule
A work and unit prices for Schedule B and C work as stated
in the Bid Form. The Contractor may submit a bid for either
or all schedules. The City reserves the right to award each
schedule separately.
Schedule A work shall be completed within 240 calendar
days after the date set forth in the Notice to Proceed.
Schedule B and C work shall be completed within 90
calendar days after the date set in the Notice to Proceed.
Drawings and specifications are available at the project
office of Kramer, Chin & Mayo. 7080 SW Fir Loop, Portland,
Oregon 97223. A nonrefundable deposit to cover printing
costs in the amount of $75 per set made out to KCM is
required for the Drawing and Specifications.
Drawings and Specifications may be examined at the follow­
ing: City of Oakridge. 48318 First Street, Oakridge, Oregon
97463; Kramer, Chin & Mayo, Inc. offices: 7080 S.W. Fir
Loop, Portland, Oregon 97223; 1917 First Avenue, Seattle,
Washington 98101; 1125 S.E. Madison Street, Suite 200,
Portland, Oregon 97214; construction Data, 1200 N.W.
Front, Suite 180, Portland. Oregon 97209; Minority Business
Development Center, 8959 S.W. Barbur Boulevard, Port­
land, Oregon 97219.Funding is provided by a grant from the
Federal Environmental Protection Agency (under Public
Law 92-500.); a grant from the Oregon Economic Develop­
ment Division Block Grant Program and local contribution
from the City of Oakridge.
66%
Federal
EPA
$1,963,959
State
Local
OCDBG
Up to $500,000
Remainder of Project Cost
Bidders on this project must comply with all applicable
government requirements as explained in the Federal Con­
tract Provisions included in the Contract Documents.
This project is partially funded by EPA and Davis Bacon
Wages are required. No Bid will be received or considered
unless the Bid contains a statement that the provisions
regarding prevailing rates of wage required by ORS 279.350
and the Davis .Bacon Act, as may be applicable, shall be
complied with.
All bidders must be willing to comply with the applicable
provisions of the Equal EmploymentOpportunity Actof 1972
and the civil Rights Act of 1964, as amended.
A prebid meeting will be held on February 19,1993 at 10:00
a.m. in the city Council Chambers, 4818 First Street, Oakridge,
Oregon 97463.
For information regarding this project, contact Steve
Kraushaar, P.E. (KCM) at (503) 684-9097.
Dated: This 1st day of February, 1993
Published: By: City of Oakridge, Jerry Shanbeck, Public
Works Director
Section 8 Waiting List Closure
The Housing Authority of Clackamas County will be closing
the Section B Existing Housing Program waiting list on
February 19,1993 at 5:00 PM. Any application received after
the closing date listed above will be returned to the applicant.
The waiting list will remain closed until further notice.
Applications will continue to be accepted for the Public
Housing Program and the Moderate Rehabilitation Pro­
gram.
For further information contact The Housing Authority of
Clackamas County, 1390 S Gain Street, Oregon City OR
97045; 655-8267.
t=I
ibsidized units may be available
at this time. If not, qualified appli­
cants may be placed on a waiting
list We are committed to Equal
H o using O p p o rtu n ity .
F irw ood M anor
Eugene, OR
17-0946
GMC
Rockwood South, Mid-County Collector Sewer
S.E. 175th To 182nd Between Yamhill And
Division Streets
Project #3076
Sealed proposals will be received by the City Engineer, at
the City Hall, 1333 N.E. Eastman Parkway, Gresham,
Oregon 97030. until Wednesday, February 17, 1993,
11:00 a.m., Local Time, at which time they will be opened,
for the construction of the R ockw ood South, M id-County
C o lle cto r Sewer P roject, S.E. 175th to 182nd Avenue
Between Yam hill And D ivision Streets, P roject No.
3076.
The major quantities involved are as follows:
2,450 L.F. 10" Gravity Sewer Pipe
14,350 L.F. 8“ Gravity Sewer Pipe
300 L.F. 6" Gravity Sewer Pipe
10,150 L.F. 4/6" Service Lateral Pipe
58 Manholes
Contractor for this work shall furnish all labor at current
U.S.
Department of Labor prevailing wage rates, materials and
equipment and services of all kinds to complete the work
in accordance with the plans and specifications therefor.
Plans and specification may be examined at the office of
the Department of Environmental Services Director, 1550
N.W. Eastman Parkway, Gresham, Oregon. Copies of
said plans and specifications may be obtained upon
application to the Department of Environmental Services
Director and by posting a non-refundable fee of $25.00
with the Department of Environmental Services Director
for each set of plans and specifications requested.
Contractors must prequalify for sanitary sewer construc­
tion with the City of Gresham, as required by the laws of
the State of Oregon, before the date of a bid opening.
Otherwise, theirproposal may not be given consideration.
All proposals must be submitted on the regular forms
furnished by the City of Gresham, addressed and mailed
or delivered to the Department of Environmental Services,
City of Gresham, in a sealed envelope plainly marked,
“ Sealed Bid On R ockw ood S outh, M id-C ounty C ollec­
to r Sewer P roject, S.E. 175th To 182nd A venue Be­
tween Yam hill And D ivisio n Streets, P roject No. 3076”
bearing the name and address of the bidder. Each must
be accompanied by a certified check, cashier’s check or
bid bond in an amount not less than ten percent (10%) of
the total bid. A performance and payment corporate
surety bond in the full amount of the contract shall be
required to guarantee faithful performance of the terms of
the contract at the time of contract execution.
Each bid must contain a statement as to whether the
bidder is a resident bidder, as defined in ORS 279.029.
In determining tho lowest responsible bidder, the public
contracting agency shall, for the purpose of awarding the
contract, add a percent increase on the bid of a nonresi­
dent bidder equal to the percent, if any, of the preference
given to that bidder in that state in which the bidder
resides.
Each bidder must file with his bid an affidavit of non­
collusion. The City of Gresham reserves the right to reject
any and/or all bids, waive informalities or to accept any bid
which appears to serve the best interests of the City.
The City of Gresham is an equal opportunity employer.
By Order Of The City Council
1333 N.W. Eastman Parkway
Gresham, Oregon 97030
Oregon Arena Project
Drake/Turner, Joint Venture
We are seeking active participation by Minority Business
Enterprises, Women-Owned business enterprises and
emerging small businesses in the construction of this
project. We request that such firms express their interest
in writing, to bid on portions of the work for the OREGON
ARENA PROJECT. Bid packages will be issued for sub­
contracting and supply opportunities on this project over
the next six (6) months.
Please address your letters of interest to:
Drake/Turner, Joint Venture
1740 Northwest Flanders Street
Portland, Oregon 97209
Attention David L. Brenneman
Sub-Bids Requested
For
Metro Headquarters Project
Portland, Oregon
Final Cleaning Package
Bid Date: Feb 9,1993 • Bid Time: 10:00 AM
Mandatory Pre Bid Conference
Date: Feb 1,1993 1:30 PM at the Jobsite
Hoffman Construction Company Of Oregon
1300 SW 6th Ave P.O. Box 1300 Portland Oregon 97207
Oregon License #28417
Bid Phone 503-221-8811 • Fax Number 503-221-8934
We are an equal opportunity employer and request sub-bids from
disadvantaged, minority, women, disabled veterans or emerging small
Document 00020
Advertisement For Bids
The Port Of Portland
Portland-Troutdale Airport
Runway Exit B3 And
Hangar Access Taxiways
Airport Improvement Program (AIP)
Project No. 3-41-0061-06
Sealed bids forthe Portland-Troutdale Airport, Runway Exit
B3 and Hangar Access Taxiways, will be received at the
office of the Manager, Contracts and Procurement, Of The
Port of Portland, 700 N.E. Multnomah Street, 15th floor,
Portland, Oregon , (mailing address: Post Office Box 3529,
Portland, Oregon, 97208) until, but not after, 3 p.m., Tues­
day, February 23,1993, and thereafter publicly opened and
read.
Disadvantaged Business Enterprise (DBE) Program:
Bidders are required to show that small subcontractors,
suppliers, or manufacturers which have been certified
by the Oregon Executive Department as disadvan­
taged, minority, orwom en business enterprises (collec­
tively “Disadvantaged Business Enterprises” o r“ DBEs”)
will participate in not less than 14 percent of the total
dollar amount bid.
Description of Work:
Runway Exit B3:
Construct a 10O-foot-long asphalt concrete taxiway
with associated edge lighting and directional sign­
ing.
Hangar Access Taxiways:
Construct approximately 7700 square yards of as­
phalt concrete taxiways to serve four proposed"T”
hangars at two different sites.
A prebid conference will be held at 1:30 p.m. on
Wednesday, February 10,1993, to discuss all phases
of the work. The prebid conference will be held at the
Portland-Troutdale Airport Building 1260., just east of
the control tower. Please report to the second floor.
Technical questions may be directed to the Project
Engineer, Ken Asburry, (503) 731-7329.
Bids must be on the bid form which will be provided to
prospective bidders and must be accompanied by a certi­
fied or cashier's check drawn on a United States bank or a
bid bond payable to The Port of Portland in an amount equal
to at least 10 percent of the total amount bid.Bidders are
required to prequalify in the following category;
Asphalt Concrete Paving - Highways, roads, Streets,
and Airports
Prequalification applications must be submitted not later
than 5 business days prior to the bid opening date.
The drawings and the contract manual may be examined at
Port offices. Copies may be obtained by prospective bid­
ders at no cost from Contracts and Procurement (address
above).
This is a federal aid contract, and all labor shall be paid no
less than the minimum wage rates established by the U.S.
Secretary of Labor, as included in the contract documents.
The labor and civil rights requirements in the Bid and the
Supplementary Conditions apply to this work. The pro­
posed Contract is under the subject of Executive Order
11246 on Nondiscrimination Under Federal Contracts,
September 24, 1965, and as amended; and 49 CFR Part
23, on Participation By Disadvantaged Business Enter­
prises in United States Department of Transportation Pro­
grams, March 31, 1980, and as amended.
Disadvantaged business enterprises will be afforded full
opportunity to submit bids in response to this invitation and
will not be discriminated against on the basis of race, color,
national origin, or sex in consideration for an award of any
contract entered into pursuant to this advertisement.
Bidders are required to state whether or not the bidder is a
resident bidder, as defined in ORS 279.029. (Reference
Article 3 of the Instructions to Bidders).
No bid will be received or considered unless the bidder is
registered with the State of Oregon Construction Contrac­
tors Board, pursuant to ORS 701.055 (1), priorto submitting
a bid. (Reference Articles 10,12, and 13 in the Instructions
to Bidders.)
A license for asbestos work under ORS 468A.720 is not
required for this work.
Bids may be rejected if not in compliance with bidding
procedures and requirements. Any or all bids may be
rejected if in the public interest to do so.
The Port Of P ortland
Ron Stem pel
M anager
C o n tra cts and P rocurem ent
Sub-Bids Requested
The Grand Oaks/Wilkhire Apartment
Substantial Rehabilitation of apartment building
Portland, Oregon
Bid Date: February 16,1993 - 2:00 p.m.
A.C. Schommer & Sons, Inc.
Attn: Mike Smithey
3429 N. E. Sandy Blvd. * Portland, OR 97232-1959
(503) 233-1026 Fax: (503) 233-2714
business enterprises.
CCB #04937
Subsidized
Subsidized
Notice To Contractors
Subsidized units may be available
at this time. If not, qualified appli­
cants may be placed on a waiting
list. We are committed to Equal
Housing Opportunity.
S olhavn
C latskanie, OR
728-3169
CMC
Subsidized
Subsidized
Subsidized units may be available
Subsidized units may be available
at this time If not, qualified appli­
at this time. If not, qualified appli­
cants may be placed on a waiting
cants may be placed on a waiting
list. We are committed to Equal
list. We are committed to Equal
Housing Opportunity.
H o u sin g O p p o rtu n ity.
St Vincent de Paul u )
C learw ater M anor
2800 N. Williams
M yrtle Creek, OR
288-3186
GMC
863-3748
GMC
Opportunity for Masonry
Metal Fabrications, Thermal moisture protection, doors, windows,
glazing, flooring, carpet, Panting, elevator, electrical, louvers, vents,
signage, bath Accessories, cabinets, countertops.
We are an equal opportunity employer and request sub-bids from small
business and small disadvantaged business subcontractors and
women and minority business enterprises.