____________ Portland Ob—rver, June 8,1983 P«qg 11 I ADVERTISEMENT FOR BIDS • INVITATION FOR PROPOSALS • INVITATION TO BID 1 Invitation To Bid Advertisement For Bids Call For Bids CITY OF SALEM. OREGON CITY OF MONROE REPAIR OF ROAD NOS. 24041.80 A N O 8620 DEPARTM ENT OF PUBLIC W ORKS DEPARTM ENT OF GENERAL SERVICES NORTH MONROE W A T E R DISTRIBUTIO N SYSTEM Bids due 3:00 p.m .. June 30 FOR THE CO NSTRUCTIO N OF A SA N ITA R Y SEWER SYSTEM TO The City of Monroe will receive sealed bids for the construction of a Water Distribution System to serve North Monroe until 3:00 p m on the 30th day of June. 1963 Bids shall be publicly opened and read aloud at Monroe City Hall, Monroe. Oregon Bid proposals shall ba clearly marked "Bid for North Monroe W ater Distribution System" along with the time and date of bid opening and shall be delivered before the above hour and date to the City of Monroe. City HaM. 666 Commercial Street, Monroe. Oregon, 97468 Sealed bids for Repair of Road Noa. 24041, 60 and 8620, Gifford Pinchot National Forest. Skamania County. Washington, IFB No. R6-3-83-52c, will ba received until 10:00 a m ., local time, on July 8, 1983, by the Contracting Officer, Gifford Pinchot National Forest. BOO W est 12th Street, Vancouver. Washington 96660 The IFB may be secured from this sddrass The protect consists of three (31 areas including a drain dip. crushed aggregate, hot bituminous plant mix. remove and replace 18" culvert, and 36” culvert, and reconstruct 250 feet of subgrade. The Government estimate range is between >26,000.00 and >49,999 00. The proposed procurement listed herein is a total small business labor surplus srea set aside. CORRECTION FOR THE CONSTRUCTION OF A SANITARY SEWER SYSTEM TO SERVE THE CHERRY AVENUE N.E., HICKORY A N D A C A D EM Y AREA Sealed bids will be received at the office of the City Recorder's Office. Room 206, City Hell, Salem. Oregon, until but not after 11 a.m ., Local Time on June 22, 1963. at which time all bids will be publicly opened end reed aloud at the Council Chambers, Civic Center. 566 Liberty Street S E ., Salem. Oregon for the construction of s sanitary sewer system to serve the Cherry Avenue N.E., Hickory and Academy area The proposed work consists of approximately 4786 lineal feet of 6 ' and 300 lineal feet of 2" water line and appurtenances. The proposed work consists of: 722 lineal feet of 10-inch pipe, 780 lineal feet of B-inch pipe, 874 lineal feet of 4-inch service pipe, 80 lineal feet of bored cased service pipe. 7 manholes. 6 cleanouts end 360 lineal feet of 8 inch pipe or 8-inch instituform liner. Plans and specifications may be examined at: 1. Weetech Engineering, Inc., 3421 26th St. S .E ., Salem, OR 97302, 2. Northwest Plan Canter, 600 NE Multnomah. Portland. OR 97232; 3. Salem Contractors Exchange, 2266 Judson S.E., Salem, OR 97302; 4. Eugene Contractors Exchange. 146 29th East. Eugene. OR. 97406; 5. Northwest Minority Contractors Assoc., 1625 NE Killingsworth, Portland. OR 97211; 6 Monroe City Hall, 666 Commercial Street, Monroe. Oregon 97466. Plans, specifications and other bid documents may be inspected end ob­ tained at the office of the City of Salem, Department of Public Works, 566 Liberty Street S.E., Room 336, Salem, Oregon. The bidder shell not file the book of "Standard Construction Specifications" with his bid. A copy of said documents may be obtained from Weetech Engineering, Inc., upon a deposit of twenty-five I >25 00) dollars for each document The full amount of the deposit will be refunded if said documents are returned in good condition within three 13) days after bid opening. Bids shall be made on the forms furnished by the City, addressed, and mailed or delivered to the City Recorder. Room 206, City Hall, Salem, Oregon, in a sealed envelope plainly marked "B ID ON CHERRY AVENUE SEW ER," and the name and address of the bidder Bidders must be prequalified with the Owner in accordance with the laws of the State of Oregon. Completed prequalification forms and supporting documentation must be received by Westech Engineering at least five (6) days prior to the bid opening Only bids from prequalified bidders shall be opened A surety bond, cashier's check or certified check of the bidder, made payable to the City of Salem, in the amount of tan percent 110%) of the bid must accompany each bid as security. Bid security of ail save the three lowest bidders will be returned following the bid opening; all bid security will be refunded upon execution of the contract by the successful bidders. No bid will be received or considered by the City of Salem unless the bid contains a statement by the bidder that the provisions of ORS 279.360 shall be included in his contract. No bid shall be received from any bidder who has not filed a prequalification statement with the City Purchasing Supervisor, 1340 20th Street S.E., Salem, Oregon, 97302, on or before June 14, 1983. Upon City approval of the submitted prequalification application, the bidder will receive a valid proposal for bidding purposes. ___ Advertisement For Bids All bidders shall be required to certify that they are not on the Comptroller General's list of ineligible contractors. The Tri-County Metropolitan Transportation District of Oregon does not discriminate with regard to race, color, creed, sex or national origin. The bid documents may be obtained from the Contract and Legal Services Section, Phone: (503) 239 6466, by referencing bid no. 83-373A I. <0> City of Monroe ALLEN R. HO USEM A N. Mayor Advertisement For Bids The successful bidder shall be required to comply with all applicable Equal Opportunity and M BE/FBE laws and regulations. TRI CO UN TY METROPOLITAN TRAN SPO R TA TIO N DISTRICT OF OREGON John R. Post, Director Engineering and Contracts PORT OF PORTLAND Sealed bids will be received by the Purchasing Manager of the Port of Port land, 700 N.E Multnomah Street. Portland. Oregon (mailing address: P.O. Box 3629, Portland, OR 97206) for items detailed herein until the individually specified dates and times indicated, and thereafter publicly opened and raad. Plans and specifications may be examined an d /o r obtained at the above address Bids must be on the bid form provided to prospective bidders and. when Bid Surety is required, must be accompanied by a certified 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 W hen prequalification is required, the prequalification statements should be received at least 10 days prior to the time set for bid opening Applications for prequalification may be submitted less than 10 days before bid opening, but consideration by the Port cannot be assured. Attention is called to the provisions of the Oregon Revised Statutes 279.360, providing that workers be paid prevaililng wage rates. DESCRIPTION T-4, Berth 408, RO RO Facility Incentive to use MBE (10% ) BID OPENING DATE June 28. 1963 2:00 p.m . Under the Cooperative Network Child Care Statute. ORS 418 900, interested and eligible providers are invited to submit proposals for pilot project grants The grants are for a maximum of >30,000 for tw o years and are to provide seed money to develop co operative network child care. To apply, contact the above and ask for RFP 3-5-1. Children's Services Division Day Care Unit 198 Commercial Street SE Salem, Oregon 97310 Invitation To Bid "A" STREET FORCE M AIN Sealed bids for the construction of the Sanitary Sewer System Improve ments will be received by the Owner. City of Creswell until 8 p m ., June 30. 1963 at 13 South First Street. Creswell. Oregon, where they will be opened publicly and read aloud. Bids shall be addressed City of Creswell, P.O. Box 276, Creswell. Oregon 97426 and shall be labeled "Bid for A' Street Force M ain." The work includes the furnishing of the labor, materials and equipment for the construction of the sewer system improvements including approximate ly 2,900 linear feet 10-inch PVC pressure pipe and tw o piping connections to existing pumping stations. The project is located in Creswell, Oregon. All bidders must comply with the provisions regarding prevailing rate of wage required by ORS 279.350 and the Davis-Bacon Act. as may be appli cable, shall be complied with. S A N IT A R Y SEWERS Bids duo 2:00 p.m ., June 30 Sealed bids for the construction of sanitary sewers for the City of Monroe in Benton County, Oregon will be received by the City of Monroe until 2:00 p.m . on the 30th day of June, 1963. Bids will be opened at that time by the City of Monroe and publicly read aloud. Proposals shall be clearly marked "Bid for Monroe and North Monroe Sanitary Sewers," along with time and date of bid opening and shall be delivered before the above hour and date to the City of Monroe, City Hall, 666 Commercial S t., Monroe, Oregon 97466 The project consists of the following: Schedule A, Monroe Sanitary Sew ers: Approximately 560 l.f. 10* and 8775 l.f. 8 ' sanitary sewer, 4 ' service laterals. 32 manholes and miscellaneous appurtenant work. Schedule B. North Monroe Sanitary Sewers: Approximately 4,166 l.f. 8 * sanitary sewer. 13 manholes. 4 ' service laterals, and appurtenant work. The project will be funded in whole by Federal Community Development Block Grant Funds, the receipt of which will necessitate compliance with certain Federal regulations No bid will be received or considered unless the bid contains a statement that the provisions regarding prevailing rate 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 Employment Opportunity Act of 1972 and the Civil Rights Act of 1964, as amended, and other applicable federal regulations detailed in the Project Manual. The project manual may be inspected at the following locations: Plans and specifications may be examined at the following locations: (1) Westech Engineering, Inc., 3421 25th St. S.E., Salem, Oregon 97302, (2) Moroe City Hall, 666 Commercial Street, Monroe. Oregon 97456; (3) North west Plan Center, 500 N.E. Multnomah Street, Portland. Oregon 97232; (4) Builders Contractors Exchange. 146 S.E. 296h Avenue, Eugene. Oregon 97401; (5) Salem Contractors Exchange. 2256 Judson S.E., Salem, Oregon 97302; (6) Northwest Minority Contractors Association. 1625 N.E. Killings worth, Portland, Oregon 97211. Any unsuccessful bidder, upon returning such set c'omptly, and in good condition, within ten (10) days of the bid opening, will be refunded his/her payment and any non bidder, upon so returning such set will be refunded one half the initial fee. Invitation To Bid STATE OF OREGON DEPARTM ENT OF H U M A N RESOURCES CHILDREN S SERVICES DIVISIO N 196 CO M M ERCIAL STREET SE SALEM , OREGON 97310 503 378 3178 CITY OF MONROE Copies of the plans and specifications may be obtained at Westech Engin­ eering. Inc. at the above address upon payment of >50.00 for each set. Date: June 3, 1963 Public Notice The City of Monroe reserves the right to reject any or all bids and to postpone the award for a period not to exceed sixty (60) days If awarded, the contract shall be awarded to the lowest responsible bidder. Patricia Wolfe, City Recorder A Portable Six Point Lift System for Merlo Road Maintenance, Bid No. 83-373A-I _____________ _________ Bidders to comply with minority hiring and use of minority suppliers as set forth in Executive Order 11246 "Equal Opportunity Clausa and Standard Federal Equal Employment Specifications" as set forth in the bidding documents. Prequalification Class "S ew er.” Notice is hereby given that the Tri-County Metropolitan Transportation District of Oregon (Tri Met) will receive sealed bids until 2:00 p .m ., Pacific Daylight Time on June 20, 1963, at 4012 S.E. 17th Avenue. Portland, Oregon 97202 in the Contracts and Legal Services Section, Third Floor, Attn: John R. Post, Director, Engineering and Contracts. Bids will be opened in Conference Room " D ” at that time for: the office. A ten percent (10% ) bid bond must be submitted with each bid, and a Performance Bond and a Payment Bond, each in the amount of 100 percent (100% ) of the contract price will be required of the successful bidder Provisions of ORS 279.360 relating to prevailing wage rates apply. Dated this 23rd day of May, 1963 Bid No. 2480 Bid Opening: June 22, 1983 A pre-bid meeting is scheduled for June 23, 1963, at 9:30 a.m . Interested bidders should meet at the Zona office which can ba reached by proceeding east from Vancouver, Washington, on State Highway 14 to M .P. 66.5, then left on County Road to M P 5.1, then right on County Road for 0.4 miles to Bidders must be prequalified with the Owner in accordance with the State of Oregon. Completed prequalification forms and supporting documenta­ tion must be received by Westech Engineering at least five (5) days prior to the bid opening. Bidders to comply with minority hiring and use of minority suppliers as set forth in Executive Order 11246 "Equal Opportunity Clause and Standard Federal Equal Employment Specifications" as set forth in the bidding docu­ ments. City of Creswell 13 South First Street Creswell. Oregon 97426 Brown and Caldwell 2300 Oakmont W ay Eugene, Oregon 97401 Builders Exchange 146 29th Avenue East Eugene, Oregon (503)342 1115 Northwest Plan Center Lloyd 500 Building Portland, Oregon 97232 (503) 288 0181 Copies of the project plans and specifications may be obtained at the office of Brown and Caldwell. Consulting Engineers, 2300 Oakmont W ay, Eu gene, Oregon, upon payment of >15 for each set No refunds will be made of the purchase price All bidders shall be prequalified by the Engineer prior to submitting a bid Each bid shall be accompanied by a bid guaranty bond, or a certified or cashier's check payable to the order of the Owner in an amount not less than ten percent (10% ) of the bid as a guaranty that the bidder will execute the conctact if it be awarded in conformity with the bid form The success ful bidder will be required to furnish performance and payment bonds, each in an amount not less than one hundred percent (100% ) of the contract price. The Owner reserves the right to reject any or all bids and to determine which bid is, in the Owner's judgment, the lowest responsive bid of a bidder or group of bidders. The Owner also reserves the right to waive any infor malities in any bid and to delete certain items listed in the bid as set forth therein. No bid will be considered unless fully complete in the manner provided in the "Instructions to Bidders” upon the bid form provided by the Engineer, submitted intact with the Contract Documents, and accompanied by a bid bond executed in favor of the City of Monroe. Oregon, in an amount not less than ten percent (10% ) of the total amount of the bid; bid bond to be forfeited as a fixed and liquidated damage should the bidder neglect, or re­ fuse. to enter into a contract and provide suitable bond for the faithful per­ formance of the work in the event the contract is awarded to him /her. Bids received after the time established for receiving bids will not be consid­ ered Except as provided in paragraph 00100-1.04 A 6, no bidder may with draw his bid after the time established for receiving bids or before the award and execution of the contract, unless the award is delayed for a period ex­ ceeding ninety (90) calendar days. No bidder may withdraw his bid within 60 days after the actual data of the opening thereof. Bidders on this work must comply with all applicable governmental and lo­ cal agency requirements. BY ORDER OF the Common Council of the City of Monroe Bidders must prequalify under "Bid Conditions" and must correctly prepare and submit the documents listed in Section 00300, Bid Forms. DATE: M ay 23. 1963 Date: June 10. 1963 Allen R Houseman Mayor City of Cresweil, Oregon Ron Hanson