Skip to content
Clackamas County

RFQ 2026-08 Clackamas Industrial Area Pump Station Upgrades

Solicitation: Not available
Notice ID: state_or_oregonbuys__S-C01010-00015945

Federal opportunity from C0101017 - Water Environment Services | C0101 - WES • Clackamas County. Place of performance: OR. Response deadline: Mar 05, 2026.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$546,590,123
Sector total $546,590,123 • Share 100.0%
Live
Median
$97,181
P10–P90
$33,618$992,402
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($546,590,123)
Deal sizing
$97,181 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

Map for OR
Live POP
Place of performance
Tralee Whitley 2051 Kaen Rd STE 490 Oregon City, OR 97045 US Email: Phone: (503) 742-5453
State: OR
Contracting office
Not listed

Point of Contact

Not available

Agency & Office

Department
Clackamas County
Agency
C0101017 - Water Environment Services | C0101 - WES
Subagency
C0101017 - Water Environment Services | C0101 - WES
Office
Tralee Whitley | Phone: | (503) 742-5453
Contracting Office Address
Not available

Description

RFQ 2026-08 Clackamas Industrial Area Pump Station Upgrades Pump Station Rehabilitation and Upgrades Project Clackamas Industrial Area Pump Station Upgrades Revised 1/2026 Page 1 _____________________________________________________________________________________________ REQUEST FOR QUOTES (RFQ) #2026-08 Issue Date: February 5, 2026 Project Name: Pump Station Rehabilitation and Upgrades Project – Clackamas Industrial Area Pump Station Upgrades Quote Due Date/Time: March 5, 2026, 2:00 PM PST Procurement Analyst: Tralee Whitley Email: TWhitley@clackamas.us SUBMIT QUOTES VIA EQUITY HUB’S BID LOCKER LOCATED AT https://bidlocker.us/a/clackamascounty/BidLocker. PLEASE NOTE: EMAIL SUBMISSIONS WILL NOT BE ACCEPTED. 1. ANNOUNCEMENT AND SPECIAL INFORMATION Quoters are required to read, understand, and comply with all information contained within this Request for Quotes (“RFQ”). All quotes are binding upon Quoter for sixty (60) days from the Quote Due Date/Time. Quotes received after the Quote Due Date/Time may not be considered. If authorized in the RFQ and resulting contract, travel and other expense reimbursement will only be reimbursed in accordance with the Clackamas County Travel Reimbursement Policy in effect at the time the expense is incurred. The Policy may be found at https://www.clackamas.us/finance/terms.html. RFQ Documents can be downloaded from OregonBuys at the following address: https://oregonbuys.gov/bso/ Document No. S- C01010-00015945. Prospective Quoters will need to sign in to download the information and that information will be accumulated for a Plan Holder's List. Prospective Quoters are responsible for obtaining any addenda or clarifying questions from OregonBuys. Submitting Quotes: Bid Locker Quotes will only be accepted electronically via a secure online submission service, Bid Locker. Email submissions to Clackamas County email addresses will no longer be accepted. A. Completed quote documents must arrive electronically via Bid Locker located at https://bidlocker.us/a/clackamascounty/BidLocker. B. Bid Locker will electronically document the date and time of all submissions. Completed documents must arrive by the deadline indicated above or as modified by Addendum. LATE QUOTES WILL NOT BE ACCEPTED. C. Quoters must register and create a profile for their business with Bid Locker in order to submit for this project. It is free to register for Bid Locker. D. Quoters with further questions concerning Bid Locker may review the Vendor’s Guide located at https://www.clackamas.us/how-to-bid-on-county-projects . All questions regarding this RFQ are to be directed to the Procurement Analyst named above. Quoters may not communicate with County employees or representatives about the RFQ during the procurement process until the Procurement office has notified Quoters of the selected Quoter. Communication in violation of this restriction may result in rejection of a Quoter. Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) Revised 1/2026 Page 2 2. SCOPE Water Environment Services (“WES”) is a special district operating under an ORS 190 Partnership that produces clean water and protects water quality for more than 190,000 people living and working in Clackamas County, Oregon. WES owns and operates five resource recovery facilities, 23 pumping stations and more than 350 miles of pipes. WES serves the Cities of Milwaukie, Happy Valley, Oregon City, West Linn, Gladstone, Johnson City, and unincorporated areas within Clackamas County. This project includes the demolition of the existing level sensors, establishment of temporary bypass pumping, installation of new electrical and controls equipment, installation of new level sensors, and installation of stilling wells and support braces and other miscellaneous work necessary to complete the project. WES will furnish and program the Pump Station Control Panel for installation by the Contractor. WES furnished equipment will be stored at the Tri-City WRRF until the Contractor transports it to the pump station for installation. Prevailing Wage Rates requirements apply to this project because the maximum compensation for all owner-contracted work is more than $50,000. The selected contractor and all subcontractors shall comply with the provision of ORS 279C.800 through 279C.870, relative to the Prevailing Wage Rates and the required public works bond. PREVAILING WAGE RATES for Public Works Contracts in Oregon, January 5, 2026, which can be downloaded at the following web address: http://www.oregon.gov/boli/WHD/PWR/Pages/pwr_state.aspx. The Work will take place in Clackamas County, Oregon. Bonds:

  • Performance and payment bonds will be required part of the final contract.
  • Should quotes exceed $100,000, a bid bond must accompany submitted quote.

Project Estimate: $97,000.00 Key Dates: Substantial Completion 180 days after NTP Final Completion 210 days after NTP Parts of the Work must be substantially completed on or before the following Milestone(s).

  • Milestone 1: 30 days for Equipment and Materials Submittals Approval. This should include all

equipment and materials that will require more than 6 weeks to be delivered.

  • Milestone 2: Complete work within 60 days from beginning on site work.

The following items are included and incorporated within this RFQ:

  • Technical Specifications- Pump Station Rehabilitation and Upgrades Project- CIA PS Volume 1

of 2 (206 pages)

  • Drawing Set Pump Station Rehabilitation and Upgrades Project- CIA PS Volume 2 of 2 (13

pages) 3. SAMPLE CONTRACT Submission of a Quote in response to this RFQ indicates Quoter’s willingness to enter into a Public Improvement contract containing substantially the same terms of the below referenced contract, which can be found at: https://www.clackamas.us/finance/terms.html, with the below indicated requirements. No action or response to the sample contract is required under this RFQ. Revised 1/2026 Page 3 Professional Liability: combined single limit, or the equivalent, of not less than $1,000,000 per occurrence, with an annual aggregate limit of $2,000,000 for damages caused by error, omission or negligent acts. Commercial General Liability: combined single limit, or the equivalent, of not less than $1,000,000 per occurrence, with an annual aggregate limit of $2,000,000 for Bodily Injury and Property Damage. Automobile Liability: combined single limit, or the equivalent, of not less than $500,000 per occurrence for Bodily Injury and Property Damage. 4. QUOTE Quotes should be short and concise with the following information: A. Not-to exceed lump sum price for all work shown in the provided drawings and specifications. Complete the attached Bid Schedule B. Quote Certification Form. 5. EVALUATION The quote received from the lowest responsive responsible Quoter will be awarded a contract. The "lowest responsive responsible Quoter" is the lowest Quoter who has substantially complied with all requirements of the Request for Quote and who can be expected to deliver promptly and perform reliably in the determination of Clackamas County. Revised 1/2026 Page 4 QUOTE CERTIFICATION FORM RFQ #2026-08 Submitted by: ____________________________________________________________________ (Must be entity’s full legal name) Each Quoter must read, complete and submit a copy of this Clackamas County Certification with their Quote. Failure to do so may result in rejection of Quote. By signature on this Certification the undersigned certifies that they are authorized to act on behalf of the Quoter and that under penalty of perjury the undersigned will comply with the following: SECTION I. OREGON TAX LAWS: As required in ORS 279B.110(2)(e), the undersigned hereby certifies that, to the best of the undersigned’s knowledge, the Quoter is not in violation of any Oregon Tax Laws. For purposes of this certification, “Oregon Tax Laws” means the tax laws of the state or a political subdivision of the state, including ORS 305.620 and ORS chapters 316, 317 and 318. If a contract is executed, this information will be reported to the Internal Revenue Service. Information not matching IRS records could subject Quoter to 24% backup withholding. SECTION II. NON-DISCRIMINATION: That the Quoter has not and will not discriminate in its employment practices with regard to race, creed, age, religious affiliation, sex, disability, sexual orientation, gender identity, national origin, or any other protected class. Nor has Quoter or will Quoter discriminate against a subcontractor in the awarding of a subcontract because the subcontractor is a disadvantaged business enterprise, a minority-owned business, a woman-owned business, a business that a service-disabled veteran owns or an emerging small business that is certified under ORS 200.055. SECTION III. CONFLICT OF INTEREST The undersigned hereby certifies that no elected official, officer, agent or employee of Clackamas County is personally interested, directly or indirectly, in any resulting contract from this RFQ, or the compensation to be paid under such contract, and that no representation, statements (oral or in writing), of the County, its elected officials, officers, agents, or employees had induced Quoter to submit this Quote. In addition, the undersigned hereby certifies that this proposal is made without connection with any person, firm, or corporation submitting a quote for the same material, and is in all respects fair and without collusion or fraud. SECTION IV. COMPLIANCE WITH SOLICITATION: The undersigned further agrees and certifies that they: 1. Have read, understand and agree to be bound by and comply with all requirements, instructions, specifications, terms and conditions of the RFQ (including any attachments); and 2. Are an authorized representative of the Quoter, that the information provided is true and accurate, and that providing incorrect or incomplete information may be cause for rejection of the Quote or contract termination; and 3. Will furnish the designated item(s) and/or service(s) in accordance with the RFQ and Quote; and 4. Will use recyclable products to the maximum extend economically feasible in the performance of the contract work set forth in this RFQ. Name:_______________________________________ Date:______________________________________ Signature:____________________________________ Title:______________________________________ Email:_______________________________________ Telephone:_________________________________ Oregon Business Registry Number:________________ OR CCB # (if applicable):________________________ Business Designation (check one): Corporation Partnership Sole Proprietorship Non-Profit Limited Liability Company Resident Quoter, as defined in ORS 279A.120 Non-Resident Quote. Resident State: ____________________ Revised 1/2026 Page 5 CLACKAMAS COUNTY INSTRUCTIONS TO QUOTERS Quotes are subject to the applicable provisions and requirements of the Clackamas County Local Contract Review Board Rule C-047-0270 (Intermediate Procurements) and Oregon Revised Statutes. QUOTE PREPARATION 1. QUOTE FORMAT: Quotes must be must be submitted as indicated in the RFQ. 2. CONFORMANCE TO RFQ REQUIREMENTS: Quotes must conform to the requirements of the RFQ. Unless otherwise specified, all items quoted are to be new, unused and not remanufactured in any way. Any requested attachments must be submitted with the quote and in the required format. Quote prices must be for the unit indicated on the quote. Failure to comply with all requirements may result in quote rejection. 3. ADDENDA: Only documents issued as addenda by Clackamas County serve to change the RFQ in any way. No other directions received by the Quoter, written or verbal, serve to change the RFQ document. NOTE: IF YOU HAVE RECEIVED A COPY OF THE RFQ, YOU SHOULD CONSULT OREGONBUYS (https://oregonbuys.gov/bso/view/login/login.xhtml) TO ENSURE THAT YOU HAVE NOT MISSED ANY ADDENDA OR ANNOUNCEMENTS. QUOTERS ARE NOT REQUIRED TO RETURN ADDENDUMS WITH THEIR QUOTE. HOWEVER, QUOTERS ARE RESPONSIBLE TO MAKE THEMSELVES AWARE OF, OBTAIN AND INCORPORATE ANY CHANGES MADE IN ANY ADDENDA ISSUED, AND TO INCORPORATE ANY CHANGES MADE BY ADDENDUM INTO THEIR FINAL QUOTE. FAILURE TO DO SO MAY, IN EFFECT, MAKE THE QUOTER'S QUOTE NON- RESPONSIVE, WHICH MAY CAUSE THE QUOTE TO BE REJECTED. 4. USE of BRAND or TRADE NAMES: Any brand or trade names used by Clackamas County in the specifications are for the purpose of describing and establishing the standard of quality, performance and characteristics desired and are not intended to limit or restrict competition. Quoters may submit quotes for substantially equivalent products to those designated unless the RFQ provides that a specific brand is necessary because of compatibility requirements, etc. All such brand substitutions shall be subject to approval by Clackamas County. 5. PRODUCT IDENTIFICATION: Quoters must clearly identify all products quoted. Brand name and model or number must be shown. Clackamas County reserves the right to reject any quote when the product information submitted with the quote is incomplete. 6. FOB DESTINATION: Unless specifically allowed in the RFQ, QUOTE PRICE MUST BE F.O.B. DESTINATION with all transportation and handling charges included in the Quote. 7. DELIVERY: Delivery time must be shown in number of calendar days after receipt of purchase order. 8. EXCEPTIONS: Any deviation from quote specifications, or the form of sample contract referenced in this RFQ, may result in quote rejection at County’s sole discretion. 9. SIGNATURE ON QUOTE: Quotes must be signed by an authorized representative of the Quoter. Signature on a quote certifies that the quote is made without connection with any person, firm or corporation making a quote for the same goods and/or services and is in all respects fair and without collusion or fraud. Signature on a quote also certifies that the Quoter has read and fully understands all quote specifications, and the sample contract referenced in this RFQ (including insurance requirements). No consideration will be given to any claim resulting from quoting without comprehending all requirements of the RFQ. 10. QUOTE MODIFICATION: Quotes, once submitted, may be modified in writing before the time and date set for quote closing. Any modifications should be signed by an authorized representative, and state that the new document supersedes or modifies the prior quote. Quoters may not modify quotes after quote closing time. 11. QUOTE WITHDRAWALS: Quotes may be withdrawn by request in writing signed by an authorized representative and received by Clackamas County prior to the Quote Due Date/Time. Quotes may also be withdrawn in person before the Quote Due Date/Time upon presentation of appropriate identification. 12. QUOTE SUBMISSION: Quotes may be submitted by returning to Clackamas County Procurement Division in the location designated in the introduction of the RFQ; however, no oral Revised 1/2026 Page 6 or telephone quotes will be accepted. Envelopes, or e-mails containing Quotes should contain the RFQ Number and RFQ Title. QUOTE EVALUATION AND AWARD 1. PRIOR ACCEPTANCE OF DEFECTIVE PROPOSALS: Due to limited resources, Clackamas County generally will not completely review or analyze quotes which fail to comply with the requirements of the RFQ or which clearly are not the best quotes, nor will Clackamas County generally investigate the references or qualifications of those who submit such quotes. Therefore, neither the return of a quote, nor acknowledgment that the selection is complete shall operate as a representation by Clackamas County that an unsuccessful quote was complete, sufficient, or lawful in any respect. 2. DELIVERY: Significant delays in delivery may be considered in determining award if early delivery is required. 3. CASH DISCOUNTS: Cash discounts will not be considered for award purposes unless stated in the RFQ. 4. PAYMENT: Quotes which require payment in less than 30 days after receipt of invoice or delivery of goods, whichever is later, may be rejected. 5. INVESTIGATION OF REFERENCES: Clackamas County reserves the right to investigate references and or the past performance of any Quoter with respect to its successful performance of similar services, compliance with specifications and contractual obligations, and its lawful payment of suppliers, sub-contractors, and workers. Clackamas County may postpone the award or execution of the contract after the announcement of the apparent successful Quoter in order to complete its investigation. Clackamas County reserves the right to reject any quote or to reject all quotes at any time prior to Clackamas County's execution of a contract if it is determined to be in the best interest of Clackamas County to do so. 6. CLARIFICATION: Clackamas County reserves the right to seek clarification of each Quote, or to make an award without further discussion of Quotes received. 7. METHOD OF AWARD: Clackamas County reserves the right to make the award by item, groups of items or entire quote, whichever is in the best interest of Clackamas County. 8. QUOTE REJECTION: Clackamas County reserves the right to reject any and all quotes for any reason including, but not limited to, a Quoter’s failure to constitute as a responsible bidder under ORS 279B.110 and LCRB C047-640-1-c-F-iii. 9. QUOTE RESULTS: Quoters who submit a quote will be notified of the RFQ results. Awarded quote files are public records and available for review by submitting a public records request or by appointment. CIA Pump Station Upgrade 2026-08 page 1 of 1 Item # Item Description Unit Quantity Unit Price Amount 1 Mobilization, Bonds, Insurance and Demobilization 1 LS 2 Bypass Pumping 1 LS 3 Existin Pump Station Demolition 1 LS 4 Pump Station Upgrades, Complete 1 LS TOTAL $ Total Price Dollars and Cents Name (Print) Signature Date TECHNICAL SPECIFICATIONS – DIV 01 through DIV 40 PUMP STATION REHABILITATION AND UPGRADES PROJECT CLACKAMAS INDUSTRIAL AREA PUMP STATION FOR Clackamas Water Environment Services Volume 1 of 2 November 2025 Water Environment Services 150 Beavercreek Rd, Suite 430 Oregon City, OR 97045 PROFESSIONAL OF RECORD CERTIFICATION(S): Signing as the Professional of Record for the divis ions and sections listed below: Divisions 01, 02, 05, 09 PROFESSIONAL OF RECORD CERTIFICATION(S): Signing as the Professional of Record for the divisions and sections listed below: Divisions 26 Sections 26 05 00, 26 05 05, 26 05 19, 26 05 29, 26 05 33 Pump Station Rehabilitation and Upgrades Project Table of Contents Clackamas Industrial Area Pump Station 00 01 10 - 1 SECTION 00 01 10 – TABLE OF CONTENTS FOR PUMP STATION REHABILITATION AND UPGRADES PROJECT– CLACKAMAS INDUSTRIAL AREA PUMP STATION FOR CLACKAMAS WES Section Title Page VOLUME 1 OF 2 TECHNICAL SPECIFICATIONS Division 01 - General Requirements 01 10 00 Summary of Work 1-10 Supplement: Site Specific Safety Plan Certification 1-1 01 12 16 Work Sequence 1-4 01 22 20 Measurement & Payment 1-4 01 32 00 Electronic Document Management System 1-6 01 33 00 Submittal Procedures 1-10 Supplement: Asset Inventory Data Template 1-1 01 45 00 Quality Control 1-4 01 57 19.11 Temporary Sewage Control and Bypass Piping 1-6 01 60 00 Product Requirements 1-2 01 61 10 Seismic Requirements for Non-Structural Components 1-6 01 75 16 Testing, Training and System Start-up 1-8 Division 02 - Existing Conditions 02 41 00 Demolition 1-5 Division 03 through Division 04 NOT USED Division 05 - Metals 05 50 00 Metal Fabrications 1-14 Division 06 through Division 08 NOT USE Division 09 - Finishes 09 90 00 Painting and Coating 1-19 Division 10 through Division 25 NOT USED Division 26 - Electrical 26 05 00 General Requirements for Electrical Work 1-13 26 05 05 Selective Demolitions for Electrical 1-2 26 05 19 Low-Voltage Conductors, Wires and Cables 1-9 26 05 29 Hangers and Supports for Electrical Systems 1-5 Pump Station Rehabilitation and Upgrades Project Table of Contents Clackamas Industrial Area Pump Station 00 01 10 - 2 26 05 33 Raceways, Boxes, and Fittings 1-8 Division 27 through Division 39 NOT USED Division 40 - Process Integration 40 91 07 Level Detection Devices 1-2 40 91 08 Submersible Level Sensor 1-2 40 91 15 Current Detection Switches 1-2 40 93 00 Control Strategy 1-4 SUPPLEMENTARY INFORMATION See Appendix A for CIA PS control panel procurement specifications, asset inventory template and site specific safety plan certification form VOLUME 2 OF 2 DRAWINGS See Sheet G2 for Drawing Index END OF SECTION Pump Station Rehabilitation and Upgrades Project S ummary of Work Clackamas Industrial Area Pump Station 01 10 00 - 1 SECTION 01 10 00 - SUMMARY OF WORK PART 1 GENERAL This Summary of Work supplements and amplifies cert ain sections of the General Conditions and Supplementary General Conditions. These summary of work specifications and additional technical specifications may contain occasional requirements not pertinent to the project. However, these SPECIFICATIONS shall apply in all particulars insofar as they are applicable to this project. 1.1 APPLICABLE STANDARD SPECIFICATIONS AND PLANS Not applicable. 1.2 SCOPE OF WORK The WORK to be performed under these SPECIFICATIONS and DRAWINGS consists of WORK to CIA Pump Station: 1. The WORK to be performed under these SPECIFICATIONS and DRAWINGS consists of demolition of the existing level sensors, establishment of temporary bypass, demolition of existing electrical and controls equipment, install ation of new electrical and controls equipment, installation of new level sensors, and i nstallation of stilling wells and support braces. B. The above general outline of principal features of the WORK does not in any way limit the responsibility of the CONTRACTOR(s) to perform all WORK and furnish all equipment, labor and materials required by the SPECIFICATIONS and DRAWIN GS. The DRAWINGS and SPECIFICATIONS shall be considered and used together. Anything appearing as a requirement of either shall be accepted as applicable to both even though not so stated therein or shown. C. No attempt has been made in these SPECIFICATIONS or DRAWINGS to segregate WORK covered by any trade or subcontract under one speci fication. Such segregation and establishment of subcontract limits will be solely a matter of specific agreement between the CONTRACTOR and its SUBCONTRACTORs and shall not be based upon any inclusion, segregation, or arrangement in or of these SPECIFICATIONS. 1.3 COORDINATION OF DRAWINGS AND SPECIFICATIONS A. See Supplementary Conditions Section 3.01 for the O rder of Precedence of the Contract Documents. B. Dimensions shown on the DRAWINGS or that can be com puted shall take precedence over scaled dimensions. Notes on DRAWINGS are part of th e DRAWINGS and govern in the order described above. Notes on DRAWINGS shall take precedence over drawing details. C. The intent of the DRAWINGS and SPECIFICATIONS is to prescribe the details for the construction and completion of the WORK which the C ONTRACTOR undertakes to perform according to the terms of the Contract. Where the D RAWINGS or SPECIFICATIONS describe portions of the WORK in general terms, but details are incomplete or silent, it is understood that only the best general practice is to prevail and that only materials and workmanship of the best quality are to be used. Unless otherwise specified, the CONTRACTOR shall furnish all labor, Pump Station Rehabilitation and Upgrades Project S ummary of Work Clackamas Industrial Area Pump Station 01 10 00 - 2 materials, tools, equipment, and incidentals, and d o all the WORK involved in executing the Contract in a manner satisfactory to the ENGINEER. D. The contract DRAWINGS are designated by general tit le, sheet number and sheet title. When reference is made to the DRAWINGS, the "Sheet Numbe r" of the drawing will be used. Each drawing bears the general title: PUMP STATION REHABILITATION AND UPGRADES PROJECT CLACKAMAS INDUSTRIAL AREA PUMP STATION The specific titles of each sheet are contained in the DRAWINGS. 1.4 CODE REQUIREMENTS All WORK shall be done in strict compliance with the requirements of: A. Oregon Structural Specialty Code and International Building Code B. Oregon Mechanical Specialty Code C. Oregon Plumbing Specialty Code D. National Electric Code E. National Electric Safety Code F. National Fire Protection Association G. Oregon State Bureau of Labor and Industries H. Clackamas Water Environment Services I. Oregon Department of Environmental Quality J. Clackamas County Building Codes In case of disagreement between codes or these SPECIFICATIONS, the more restrictive shall prevail. 1.5 TIME OF COMPLETION/LIQUIDATED DAMAGES The CONTRACTOR shall complete all WORK shown and specified within the time limits stated in the Agreement. See Section 01 33 00, Submittal Procedu res, for project schedule submittal requirements. The written Notice to Proceed will be sent to the CONTRACTOR after the CONTRACTOR submits the signed Contract, Bonds and i nsurance certificates to the OWNER and those documents have been approved as to form and executed by the OWNER. The CONTRACTOR’s attention is directed to Article 4 of the Agreement and the General Conditions with respect to liquidated damages. 1.6 ACCESS TO WORK Access to the WORK shall be provided as may be required by the OWNER or its representatives, and all authorized representatives of the state and fed eral governments and any other agencies having jurisdiction over any phase of the WORK, for inspec tion of the progress of the WORK, the methods of construction or any other required purposes. 1.7 PERMITS AND LICENSES See Supplemental Conditions Section 7.09. Pump Station Rehabilitation and Upgrades Project S ummary of Work Clackamas Industrial Area Pump Station 01 10 00 - 3 1.8 CONSTRUCTION WITHIN PUBLIC RIGHTS-OF-WAY When the WORK contemplated is wholly or partly within the right-of-way of a public agency such as a city, county or state, the OWNER will obtain from these agencies any right-of-way and street opening permits and all other necessary permit(s) r equired for the WORK. The CONTRACTOR shall abide by all regulations and conditions stipulated in the permit(s). Such conditions and requirements are hereby made a part of these SPECIFICATIONS, as fully and completely as though the same were fully set forth herein. The CONTRACTOR shall examin e the permit(s) granted to the OWNER by any city, county, state and federal agencies. Failure t o do so will not relieve the CONTRACTOR from compliance with the requirements stated therein. The OWNER shall obtain all construction permits and pay all fees or charges related to them. The CONTRACTOR shall furnish any bonds and insurance co verages as necessary to ensure that all requirements of the city, county, state or federal agencies will be observed and the roadway and ditches are restored to their original condition or one equally satisfactory. A copy of all permits shall be kept on the WORK site for use of the ENGINEER. 1.9 PRIVATE ROADS AND DRIVEWAYS Bridges at entrances to business properties where vehicular traffic is necessary shall be provided and maintained. Bridges shall be adequate in width and strength for the service required. No private road or driveway may be closed without approval of the ENGINEER unless written authority has been given by the OWNER whose property has been affected. Driveways shall be left open and ready for use at the end of the WORK shift. All expenses involved in providing for construction, maintenance, and use of private roads or driveways, shall be borne by the CONTRACTOR and the amount thereof absorbed in the unit prices of the CONTRACTOR’s bid. 1.10 TRAFFIC CONTROL AND PROTECTION The CONTRACTOR shall maintain traffic control and protection in the WORK areas 24 hours per day. Traffic control shall conform to the standards set forth in the "Oregon Manual on Uniform Traffic Control Devices" issued by the Oregon Department of Transportation. The CONTRACTOR shall conduct its operations to keep one lane of traffic open for public and private access at all times on City, County and Public stre ets, roads and highways. If required by the State, the CONTRACTOR shall conduct its operations to keep both directions of traffic open on State Highways. Permits obtained for the project may have more stringent requirements than noted in this section. Prior to beginning construction, the CONTRACTOR shall submit a detailed street closure and traffic control plan to the ENGINEER for approval. As construction proceeds, the CONTRACTOR shall notify the ENGINEER as to the status of street closures and detours. On streets where traffic is heavy, the ENGINEER may require the construction of two-way bridges of adequate design. These bridges shall be provided with guard rails and shall be well lighted at all times. Detours as required by the ENGINEER shall be surfac ed with gravel or crushed rock and maintained in good condition. Detours for pedestrians shall not exceed one block in length, and foot bridges over the trenches shall be provided with adequate handrails. Pump Station Rehabilitation and Upgrades Project S ummary of Work Clackamas Industrial Area Pump Station 01 10 00 - 4 All WORK shall be carried on with due regard for safety to the public. Open trenches shall be provided with barricades of a type that can be seen at a rea sonable distance, and at night they shall be distinctly indicated by adequately placed lights. 1.11 DECHLORINATION AND DISPOSAL OF CHLORINATED WATER Any discharge of chlorinated water shall either be through an approved connection to a public sanitary sewer system or shall include de-chlorinat ion to limits acceptable by the Oregon State Department of Environmental Quality (DEQ) for disch arge into the existing storm drainage system. No chlorinated water shall be discharged into the s torm drainage system prior to approved de- chlorination treatment. 1.12 FIELD CHANGES, ALIGNMENT, AND GRADE See Article 11 of the General and Supplemental Conditions. The CONTRACTOR shall locate existing utilities to b e crossed, by potholing ahead of the pipe installation, of sufficient distance to avoid conflicts through pipe joint deflection if possible. All costs for minor field changes of alignment and grade shal l be borne by the CONTRACTOR. The ENGINEER will endeavor to make prompt decisions on such matters. CONTRACTOR shall anticipate a minimum of 72 hours for any decision requiring significant piping change. 1.13 TESTING AND OPERATION OF FACILITIES It is the intent of the OWNER to have a complete and operable facility. All the WORK under this contract will be fully tested and inspected in accordance with the SPECIFICATIONS. Upon completion of the WORK, the CONTRACTOR shall operate the compl eted facilities as required to test the equipment under the direction of the ENGINEER. Duri ng this period of operation by the CONTRACTOR, the new facilities will be tested thoroughly to determine their acceptance. See Article 14 of the General and Supplementary Con ditions and Section 01 75 16 Testing, Training & System Start-Up for additional requirements. 1.14 PROTECTION OF EXISTING STRUCTURES AND WORK The CONTRACTOR must take all precautions and measures necessary to protect all existing structures and WORK. Any damage to existing structures and WORK shall be repaired by removing the damaged structure or WORK, replacing the WORK and restoring to original condition satisfactory to the ENGINEER. 1.15 SALVAGE AND DEBRIS Unless otherwise indicated on the DRAWINGS or in the SPECIFICATIONS, all castings, pipe, equipment, demolition debris, spoil or any other discarded material or equipment shall become the property of the CONTRACTOR and shall be disposed of in a manner compliant with applicable Federal, State, and local laws and regulations governing disposal of such waste products. No burning of debris or any other discarded material will be permitted. Recycling of materials shall be prioritized. Items indicated to be salvaged and returned to OWNE R shall be provided in same condition as was found by the CONTRACTOR. Pump Station Rehabilitation and Upgrades Project S ummary of Work Clackamas Industrial Area Pump Station 01 10 00 - 5 1.16 SAFETY STANDARDS AND ACCIDENT PREVENTION See Article 7 of the General and Supplementary Conditions. 1.17 PUBLIC SAFETY AND CONVENIENCE General Rule: The CONTRACTOR shall ensure the safety of the public during its performance of the WORK and shall minimize any public inconvenience in addition to any other requirement imposed by law. These duties include, but are not limited to, the matters listed below. Access: The CONTRACTOR shall not unreasonably restr ict access to public facilities, commercial property, fire hydrants, residential property, and other areas where the public can be expected to be present, such as sidewalks and streets without firs t obtaining approval of the OWNER. Driveways shall be closed only with the approval of the OWNER or after obtaining specific permission from the property OWNER or OWNERs. In addition, the CONTRACT OR shall not obstruct or interfere with travel over any public street or sidewalk without approval of the OWNER. Public Transit: The CONTRACTOR shall not interfere with the normal operation of any public transit vehicles unless otherwise authorized. Work Site: The CONTRACTOR shall keep the Project site safe in compliance with applicable law. Safety includes, but is not limited to: 1) providing an approved type of secured and adequate barricades or fences that are easily visible from a reasonable di stance around open excavations; 2) closing up or covering with steel plates all open excavations at the end of each Working Day in all street areas and in all other areas when it is reasonably required f or public safety; 3) marking all open work and obstructions by lights at night; 4) installing and maintaining all necessary signs, lights, flares, barricades, railings, runways, stairs, bridges, and facilities; 5) observing any and all safety instructions received from the OWNER; and 6) following all laws and regulations concerning worker and public safety. In the event that the law requires greater safety obligations than that imposed by the OWNER, the CONTRACTOR shall comply with the law. Emergency: Emergency vehicles, including but not limited to police, fire, and disaster units shall be provided access to the work site at all times. Cleanliness: The CONTRACTOR shall, on a continuing basis, keep the surfaces of all public and private roadways, sidewalks, and other pathways free of dir t, mud, cold plane grindings, and other matters that the CONTRACTOR may place upon the road. The cost of performing such WORK shall be included in the CONTRACTOR’s Bid and no additional payment will be made for performing this task. Parking: The CONTRACTOR shall make any necessary co ntacts with all applicable governmental bodies to arrange for the removal of parked automob iles, vehicles and other obstructions if they would interfere with the performance of the CONTRACTOR’S WORK. Accidents: The CONTRACTOR’S Project Manager or supe rintendent shall be in charge of accident prevention. CONTRACTOR shall take all actions neces sary to prevent damage, injury and loss to persons and property as a result of accidents. Site Specific Safety Plan Certification: CONTRACTOR shall perform all operations in strict accordance with the Site Specific Safety Plan Certification at tached at the end of this section. CONTRACTOR to return signed form to OWNER prior to any construction activities occurring on-site. Pump Station Rehabilitation and Upgrades Project S ummary of Work Clackamas Industrial Area Pump Station 01 10 00 - 6 The OWNER has no responsibility for WORK site safet y. WORK site safety is the responsibility of the CONTRACTOR. The CONTRACTOR is required to have a competent person on site at all times during construction activities. The CONTRACTOR shall provide signs on work zone fencing that provide information regarding access to businesses and stating that such businesses are open and in operation. The CONTRACTOR shall furnish and install the signs and provide sign attachments for the various business names. 1.18 UTILITY PROPERTIES AND SERVICE In areas where the CONTRACTOR’s operations are adjacent to or near a utility and such operations may cause damage which might result in significant expense, loss and inconvenience, the operations shall be suspended until all arrangements necessary for the protection thereof have been made by the CONTRACTOR. The CONTRACTOR shall notify all utility offices which may be affected by the construction operation at least 48 hours in advance. Before exposing any u tility, the utility having jurisdiction shall grant permission and may oversee the operation. Should se rvice of any utility be interrupted due to the CONTRACTOR’s operation, the proper authority shall be notified immediately. It is of the utmost importance that the CONTRACTOR cooperates with the said authority in restoring the service as promptly as possible. Any costs shall be borne by the CONTRACTOR. Utilities which may be impacted include the following: Water Environment Services Sanitary Sewer 1.19 VEHICLE PARKING The vehicles of the CONTRACTOR’s and SUBCONTRACTOR’s employees shall be parked in accordance with local parking ordinances. 1.20 PROTECTION OF QUALITY OF WATER The WORK to be performed may involve connections to an existing potable water system. If such WORK is included in the project, the CONTRACTOR shall take such precautions as are necessary or as may be required to prevent the contamination of the water. Such contamination may include but shall not be limited to deleterious chemicals such as fuel, cleaning agents, paint, demolition and construction debris, sandblasting residue, etc. In the event contamination does occur, the CONTRACTOR shall, at its own expense, perform such WORK as may be necessary to repair any damage or to clean the affected areas of the water mains to a condition satisfactory to the ENGINEER. 1.21 SURVEYS Based upon the information provided by the Contract Documents, the CONTRACTOR shall develop and make all detail surveys necessary for layout an d construction, including exact component location, working points, lines, and elevations. Pr ior to construction, the field layout shall be approved by the OWNER's representative. The CONTRACTOR shall have the responsibility to carefully preserve benchmarks, reference points, and stakes, and in the case of destruction thereof by the CONTRACTOR or resulting from its negligence, the CONTRACTOR shall be charged with the expense Pump Station Rehabilitation and Upgrades Project S ummary of Work Clackamas Industrial Area Pump Station 01 10 00 - 7 and damage resulting therefore and shall be responsible for any mistakes that may be caused by the unnecessary loss or disturbance of such benchmarks, reference points, and stakes. 1.22 DUST PREVENTION All unpaved streets, roads, detours, haul roads, or other areas where dust may be generated shall receive an approved dust-preventive treatment or be routinely watered to prevent dust. Applicable environmental regulations for dust prevention shall be strictly enforced. 1.23 EROSION AND SEDIMENTATION CONTROL Erosion control measures shall be maintained throughout the project site until approved permanent ground cover such as healthy stand of grass, other permanent vegetation, or other ground covering is established and until the end of the improvement s on the specific pump station site. When approved permanent ground cover is established, all temporary erosion control measures shall be removed from the construction site. Erosion control measures shall be installed as approved, per the erosion control drawing(s) in the above referenced document. Erosion control measures including stabilized construction entrances and sediment barriers must be established in conjunction with site clearing and grading. During construction the erosion control facilities shall be upgraded as needed for unexpected storm events or site conditions and with the purpose of r etaining sediment and sediment-laden water on the construction site. 1.24 INTERFERENCES, OBSTRUCTIONS, AND SEWER CROSSINGS At certain places, power, light and telephone poles may interfere with excavation and the operation of the CONTRACTOR's equipment. Necessary arrangements shall be made with utility companies for moving or maintaining such poles. The utility compa ny affected by any such interferences shall be notified thereof so that the necessary moving or pr oper care of poles and appurtenances may have appropriate attention. All costs resulting from any other interferences and obstructions, or the replacement of such, whether or not herein specifically mentioned, shall be included and absorbed in the unit prices of the CONTRACTOR's bid. 1.25 NOISE LIMITATIONS The project areas are located within a residential zoned area. All applicable City, County ordinances, and State and Federal regulations shall be complied with. Additional noise restrictions may be specified in other sections of the SPECIFICATIONS. 1.26 EMERGENCY MAINTENANCE SUPERVISOR The CONTRACTOR shall submit to the ENGINEER the names, addresses, and telephone numbers of at least two employees responsible for performing e mergency maintenance and repairs when the CONTRACTOR is not working. These employees shall be designated, in writing by the CONTRACTOR, to act as its representatives and shall have full a uthority to act on its behalf. At least one of the designated employees shall be available for a telephone call any time an emergency arises. Pump Station Rehabilitation and Upgrades Project S ummary of Work Clackamas Industrial Area Pump Station 01 10 00 - 8 1.27 OREGON PRODUCTS CONTRACTOR's attention is directed to the provisions of Oregon Law, ORS 279A.120 regarding the preference for products that have been manufactured or produced in Oregon. CONTRACTOR shall use Oregon-produced or manufactured materials with respect to common building materials such as cement, sand, crushed rock, gravel, plaster, etc., and Oregon-manufactured products in all cases where price, fitness, availability and quality are otherwise equal. 1.28 USE OF EXPLOSIVES The use of explosives shall not be allowed on this project. Alternative methods of excavation shall be utilized. 1.29 FACILITY OPERATIONS REQUIREMENTS The WORK included in these plans and SPECIFICATIONS is to be performed on a pump station that must continue in operation during construction. The CONTRACTOR shall always cooperate fully with the OWNER and the ENGINEER to ensure that the produ ction capability of the pump station will continue and that any interruption to pump station operations are minimized. See specification 01 57 19.11 for further requirements 1.30 SPECIAL INSPECTIONS Special inspections and testing as required by Chapter 17 of the IBC shall be conducted by Special Inspectors and Testing Agencies retained by the CON TRACTOR and approved by the OWNER as required and as indicated in the Contract Documents. A. Special Inspectors and Testing Agencies Responsibilities 1. Verify that manufacturers maintain detailed fabrication and quality control procedures and review the completeness and adequacy of those procedures to perform the WORK. 2. Promptly notify OWNER, ENGINEER and CONTRACTOR of i rregularities and deficiencies observed in the WORK during performance of their services. 3. Submit certified written report of each test, inspe ction and similar quality control service to OWNER, ENGINEER, CONTRACTOR and jurisdictional a uthorities. Interpret test results and inspections and state in each report whether te sted and inspected WORK complies with or deviates from the Contract Documents. 4. Submit final report of special inspections at Subst antial Completion, including a list of unresolved deficiencies. 5. Re-test and re-inspect corrected WORK. B. CONTRACTOR’S Responsibilities 1. Provide quality requirements to all SUBCONTRACTORs and enforce all requirements. 2. Notify OWNER, ENGINEER, Special Inspectors and Test ing Agencies at least 48 hours in advance of time when WORK that requires testing or special inspecting will be performed, unless otherwise indicated in the Contract Documents. Pump Station Rehabilitation and Upgrades Project S ummary of Work Clackamas Industrial Area Pump Station 01 10 00 - 9 3. Pay for any CONTRACTOR requested testing and inspec ting not required by the Contract Documents. 4. Pay for any re-testing or re-inspections by Special Inspectors and Testing Agencies for replacement WORK resulting from WORK that failed to comply with the Contract Documents. OWNER will deduct such costs from the Contract Price. 5. Submit copies of licenses, certifications, correspo ndence, records and similar documents used to establish compliance with standards and reg ulations that pertain to performance of the WORK to the OWNER, ENGINEER and Special Inspectors. 6. Where Special Inspection requires preconstruction t esting for compliance with specified requirements for performance and test methods, comply with the following: a. Provide test specimens representative of proposed p roducts and construction in a timely manner with sufficient time for testing and analyzing results to prevent delaying the WORK. b. Provide information on configurations of test assem blies, testing procedures and laboratory test records to adequately demonstrate c apability of products to comply with performance requirements. 7. Cooperate with Agencies performing required tests, special inspections and similar quality control services. Notify Agencies in advance of ope rations to permit assignment of personnel. Provide the following: a. Access to the WORK. b. Incidental labor, equipment and materials necessary to facilitate tests and special inspections. c. Adequate quantities of representative samples of ma terials that require testing and inspecting. Assist Agencies in obtaining samples. d. Provide facilities for storage and field curing of test samples. e. Deliver samples to Testing Agencies. 8. Coordinate sequence of activities to accommodate required quality-assurance and control services with a minimum of delay and to avoid neces sity of removing and replacing construction to accommodate testing and special inspecting. 9. Schedule times for tests, special inspections, obta ining samples and similar activities. Distribute schedule to OWNER, ENGINEER, Special Ins pectors, Testing Agencies and each party involved in portions of the WORK where tests and special inspections are required. 1.31 ASBESTOS REMOVAL The CONTRACTOR shall comply with all requirements of the State of Oregon, Department of Environmental Quality (DEQ) with respect to the saf e handling, removal and disposal of asbestos, including all reporting requirements. Asbestos demo lition work shall be performed in accordance with Section 02 41 00 Demolition. Information from DEQ is available online at: Pump Station Rehabilitation and Upgrades Project S ummary of Work Clackamas Industrial Area Pump Station 01 10 00 - 10 https://www.oregon.gov/deq/Hazards-and-Cleanup/Pages/Asbestos-for-Businesses.aspx END OF SECTION Pump Station Rehabilitation and Upgrades Project W ork Sequence Clackamas Industrial Area Pump Station 01 12 16 - 1 SECTION 01 12 16 - WORK SEQUENCE PART 1 GENERAL 1.1 SUMMARY A. This Section includes general sequencing, project p hasing and coordination requirements for the WORK. B. Contract Requirements: 1. The existing pump station continuously receives sew age. The function of the facility shall not be compromised during the course of the WORK, e xcept as may be specified herein. Plan and prosecute the WORK such that the operation of the pump station is not interrupted, except as specified herein. 2. Pumping disruptions could potentially result in the spillage or discharge of sewage and sewage. State law allows the Department of Environm ental Quality to impose civil penalties for violation of a term, condition, or re quirement of OWNER’s NPDES Permit, including spillage or discharge of sewage. 3. Spillage or discharge of sewage to surface waters or drainage courses is prohibited during construction. Penalties imposed on OWNER as a resul t of any bypass of this type caused by CONTRACTOR, its employees or SUBCONTRACTORs, and legal fees and other expenses to OWNER resulting directly or indirectly from the bypass shall be borne in full by CONTRACTOR. 4. Control any and all sewage resulting from or integr al to making all temporary and permanent piping connections. Provide any and all d evices required to control, stop, divert, or dispose of any and all sewage. 5. OWNER may determine the order of precedence and the time and season at which any portion or portions of the WORK shall be commenced and carried on to ensure proper completion of the Contract, proper operation of the pump station or compliance with NPDES Permit conditions. 6. Plan and prosecute the WORK such that temporary byp as

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.