Portland observer. (Portland, Or.) 1970-current, June 09, 1993, Page 20, Image 20

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

    J une 9, 1993 • T he P o rtland O bserver
P agi : C8
P o rtla n d (©bsertter
Document 00020
Advertisement For Bids
The Port Ot Portland
Portland International Airport
Perimeter Road Widening
Airport Improvement Program (AIP)
Project No. 3-41-0048-TBA
Sealed bids for the Portland International Airport. Perim­
eter Road Widening, 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. June 17, 1993,
and thereafter publicly opened and read.
The award of this contract is contingent upon the Port's
receipt of grant funding from the Federal A viation Adminis­
tration (FAA) for this work. The Port reserves the right to
reject all bids if FAA grant funds are not available by
October 15, 1993.
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, or women business enterprises (collec­
tively "Disadvantaged Business Enterprises" o r“DBEs”)
will participate in not less than 13 percent of the total
dollar amount bid.
Description of Work:
Widen and strengthen approximately 33,725 feet of
perimeter road. Widen the road to 28 feet. Work in­
cludes pulverizing approximately 17,950 feet of exist­
ing 12-foot-wide asphalt concrete road, grading, shoul­
ders, extending culverts, asphalt concrete paving,
marking pavement, and seeding.
A Prebid conference will be held on Wednesday, June
9, 1993, at 9:30 a.m. at the Portland International
Airport Maintenance Facility, 7111 N.E. Alderwood
Road, Portland, Oregon, discuss all phases of the work.
Please direct technical questions to the Project Engi­
neer, Dave Irvine, (503) 731-7346.
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
bidders at no cost from Contracts and Procurement (ad­
dress 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-
Dosed 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 requiremeDts. Any or all bids may be
rejected if in the public interest to do so.
The Port Of Portland
Ron Stempel, Manager
Contracts and Procurement
Notice Of Intent
The Oregon Department of Transportation, Operations
Support Section, is seeking proposals from qualified
consultants to perform hazardous waste site preliminary
assessments. Preliminary assessments will be conducted
under substantially similar guidelines and standards as
the Department of Environmental Quality Voluntary Pre­
liminary Assessment Policy (Policy 240.00).
The selected consultant(s) will enter into a flexible ser­
vices contract, and work will be assigned on a project by
project basis by the Department’s Hazardous Materials
Coordinator. The contract is anticipated to start August
1993 and will cover approximately a two year period.
If you are interested in being considered, a Request for
Proposals can be obtained by calling or writing Program/
Project Management Services, 307 Transportation Build­
ing. 355 Capitol Street NE, Salem, OR 97310; telephone
(503) 378-6563.
Statement of Proposals are due no later than 5:00 p.m.
June 25, 1993.
• '
- • • ......................
4,
■sSó.k..
A fe * '
V
Advertisement For Bids
Notice Of Opportunity For
Public Hearing
Notice is hereby given that upon request by any interested
person, a public hearing will be held by the Tri-County
Metropolitan Transportation District of Oregon (Tri-M et)
at 3:30 pm, Wednesday, June 30, 1993, at the Portland
building, 1120 SW 5th Ave., 2nd FI., Rm. C, for the
purpose of considering a project for which federal assis­
tance under Section 3 of the Federal Transit Act, as
amended, is being sought. Anyone interested in request­
ing that this hearing be convened should contact Kim
Manley Tri-Met, phone 503/238-5849, or in writing at
4012 SE 17th Ave., Portland, OR 97202 by Friday, June
18.
Tri-Met proposes to amend an existing grant to allow the
procurement of four additional vehicles for special needs
transportation (SNT) service. Grant OR-03-0041 was
approved in 1991 with a total budget of $1,500,000 for 25
SNT mini-buses. Tri-Met has since received federal ap­
proval to purchase 28 vehicles under that budget. Tri-Met
now requests a change in work scope to allow the pur­
chase of 32 SNT vehicles within the line item. No addi­
tional federal funding for the overall grant is requested.
No persons, families or businesses will be displaced by
the project.
The project is in conformance with comprehensive land
use and transportation planning in the area and will be
programmed in the region’s Transportation Improvement
Program.
A statement of Tri-Met’s charter bus service is available for
inspection at Tri-Met’s Administration office.
Tri-Met will not be engaging in school bus operations.
Private transportation enterprise will not be directly af­
fected by the project.
Atthe hearing, Tri-Met will afford opportunity forinterested
persons or agencies to be heard with respect to social,
economic, and environmental aspects of the project.
A person requesting a sign language interpreter shall give
Tri-Met at least 48 hours notice of the request by contact­
ing Tri-Met at 238-4952 or TDD 238-5811, Monday-
Friday, 8:30 am to 4:30 pm.
A copy of this grant application and a transit development
plan for the area are available for public review at T ri-Met’s
Grants Dept., 4012 SE 17th Ave., 3rd floor, Portland, OR
97202.
Bruce Harder
Executive Director
Finance & Administration
Notice To Contractors
City Of Banks, Oregon
0.5 MG Steel Water Reservoir
Sealed Proposals will be received at the office of the Banks
City Hall, Banks, Oregon, until 10:00 A.M., June 18, 1993
for construction of the reservoir.
The work consists of the construction of a 0.5 MG gallon
steel water reservoir, as well as piping and drainage
improvements. Contractor of this work shall furnish all
labor, materials and equipment, and services of all kinds to
complete the work in accordance with the plans and
specifications.
Contract documents may be procured at the office of
Robert E. Meyer Consultants, Inc., 4915 S.W. Griffith
Drive, Beaverton, Oregon 97005, (503/643-7531). A non-
refundable fee of twenty dollars ($20.00) is required.
A pre-bid conference will be held at 10:00 A.M. on the 11 th
day of June, 1993 at the City of Banks City Hall.
All Proposals must be submitted on the regular forms
furnished and each must be accompanied by a certified
check, cashier's check or bid bond in the amount not less
than ten percent (10%) of the total bid. A performance
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.
This project is financed through the Community Develop­
ment Block Grant Program with funds obtained from the
U.S. Department of Housing and Urban Development. The
contract will be subject to regulations of the Departments
of Labor and Housing and Urban Development.
Attention is called to Federal Provisions for Equal Employ­
ment Opportunity, HUD Section 3 Requirements, and the
minimum wages as set forth in the contract documents.
Prequalification is required and forms must be filed at the
office of the Engineer 3 days priorto the bid opening for the
bidder to retain appeal rights.
The City of Banks reserves the right to reject any and/or all
bids, waive informalities orto accept any bid which appears
to serve the best interests of the City.
By Order Of
Mayor Howard Steinbach
P.O. Box 428
Banks, Oregon 97106-0428
Sub-Bids Requested
Portland Community College
Rockcreek Campus Site Improvements
Portland Oregon
Bio Time: 6/10/93 @ 2:00 PM
Brockamp & Jaeger, Inc. General Contractors
15796 S. Boardwalk
Oregon City, Oregon 97045
(503)655-9151
FAX (503)656-5344
State Of Oregon certified ESB.WBE.DBE and MBE business
enterprises are encouraged to submit bids directly to our office or by
Fax, Brockamp & Jaeger is an equal opportunity employer
Owner: City Of Washougal
Address: 1701 “C ” Street
Washougal, Washington 98671
Separate sealed bids for “D” Street
Reconstruction Project
Consisting of:
Street improvements at the City of Washougal consisting
of widening and reconstruction of approximately 900 L.F.
of “D” Street between 16th Street and 20th Street, including
curb and gutter, new street section, sidewalk, dry wells,
catch basins, watermains, fire hydrants, valve boxes and
manhole lids adjustment, and related work
will be received by: City Of Washougal
at the office of: City Of Washougal, City Hall
until 2:00 p.m. on June 30,1993 and then at said office 2:00
p.m. on June 30, 1993 and then at said office publicly
opened and read aloud.
Copies of the contract Documents may be obtained at the
Office of the Engineer, Harper Righellis, Inc., 6720 SW
Macadam Ave., Suite 280, Portland, Oregon OR City of
Washougal, Public Works, 1701 “C” Street, Washougal,
Washington, upon payment of a non-refundable fee of
$30.00 for each set.
No bid will be considered unless fully comleted in the
manner provided in the “Instructions to Bidders” upon the
bid form provided in the Engineer and accompanied by a
bid bond executed in favorof the Owner in an amount equal
to five percent (5%) of the total amount of the bid.
The Owner reserves the right to reject any or all bids and
to waive all informalities. No bidder may withdraw or modify
his bid after the hour set for the opening and therafter until
the lapse of thirty (30) days from the bid opening.
City Of Washougal
Michael Conway, Director of Public Works
Invitation To Prequalify
For Bidding
The Oregon Department of Transportation hereby solic­
its interest from both general contractors and subcon­
tractors who want to perform one or more quality-critical
items of work on the Depoe Bay Bridge Rehabilitation
and Corrosion Protection Project. This $2.5-$5 million
project is to be bid August 26, 1993. It is part of the
Oregon's $100 million concrete Coastal Bridge Rehabili­
tation and Cathodic Protection Program which extends
over the next 10 years.
The quality-critical items of work are (1) Locate and
Remove Near Surface Metal (65,000 square feet and
16,000 items), (2) Replace Damaged Concrete (Pneu-
matically-Applied-11,000 square feet), (3) Install Refer­
ence Cells (28 items), (4) Install Corrosion Null Probes
(14 Item s), (5) Locate and E lim in ate E lectrical
Discontinuities in Reinforcing Bars (65,000 square feet,
1,500 items), (6) Prepare Secondary Anode Surfaces
(Abrasive Blasting - 65,000 square feet), and (7) Install
Secondary Anodes (Zinc Arc-Spraying - 65,000 square
feet).
To participate in the Depoe Bay Bridge project bidding in
the quality-critical items of work, described above, gen­
eral contractors and subcontractors must have special
prequalification approval from the Oregon Department of
Transportation. To apply for special prequalification, the
a p p lic a n ts rryjst su b m it a C o n tra c to r's s p e cia l
Prequalification Application which provides evidence of
experience directly related to each of the quality-critical
work items in which the contractor/subcontractor intends
to participate. General contractors must submit this ap­
plication in addition to the Contractor’s Prequalification
Application, (beige covered form revised 12/92), that
must also be approved by the Oregon Department of
Transportation if they are not already approved.
Prospective participants can obtain the Contractors
Special Prequalification Application form along with a
copy of the advanced plans and specifications by tele­
phoning Billie Knapp at (503) 378-6293. These docu­
ments will be available between June 3,1993 and June
h o
m m
m iic t ho re tu rn e d hv Ju n e 18.
1993.
Sub-Bids And Material
Quotes Requested
Sub-Contractors and suppliers are invited to submit questions for the
following:
Tri-County Metropolitan Transportation District of Oregon
West Side Light Rail Tunnel
Contract 93-0561B/WC0500
Bid Date: May 23,24, & 25,1993 12.00 P.M.
Mailing Address: Guy F.
Atkinson Construction Company
A Division of Guy F. Atkinson Company
P.O. Box 593
South San Francisco, CA 94083
Physical Location: 10 West Orange Avenue
South San Francisco, CA 94080
Telephone Number: (414) 876-1000 Fax Number: (415) 876-1143
Our representatives will be at:
Residence Inn by Mariott
Portland (Lloyd Center)
1710 N.E. Multnomah Street
Portland, OR 97232
(503)288-1400
(Fax number not available until arrival in Portland)
CCB #64157
Guy F. Atkinson Construction Company will be the sponsor of a joint
venture with Granite Construction Company.
We are an Equal Opportunity Employer. This solicitation is especially
directed to qualified small business, minority business, disadvantaged
business, women business, and Disabled Veterans business enterprises
I