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