Portland observer. (Portland, Or.) 1970-current, October 27, 1988, Page 12, Image 12

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

    ,>v « -V
* ♦ * * * » * * * • ♦ *** '♦’* * * ♦ » • • • * *
Page 12, Portland Observer, O ctober 27, 1988
JOBS & CLASSIFIED ADVERTISING
CITY OF MAUPIN • WASCO COUNTY, OREGON
MULTNOMAH COUNTY
CITY OF SALEM, OREGON • DEPARTMENT OF PUBLIC WORKS
DEPARTMENT OF GENERAL SERVICES
INVITATION TO BID
CALL FOR BIDS
INVITATION TO BID
WATER SYSTEM IMPROVEMENTS
EXPO ROOF
FOR THE ELECTRICAL MAINTENANCE TESTING
BIDS DUE: Wednesday, November 2,1988 at 11:00 p.m.
NOTICE TO CONTRACTORS: Sealed bids for the construction of East
Maupin Water System Improvements for the City of Maupin, Wasco
County, Oregon, will be received until 11:00 a.m., PST, November 2, 198a
Bids submitted prior to the opening will be received by the City of
Maupin, P.O. Box 308, Maupin, Oregon. Bid opening will be conducted at
the Maupin City Hall and publicly opened and read aloud.
The project consists of Water System Improvements throughout the City
of Maupin and consists of three (3) schedules with the following approx­
imate quantities:
SCHEDULE A:
„
A
_
1. 8” Waterline Construction - 2775 Lineal Feet; 2. 6 Waterline Con­
struction - 280 Lineal Feet; 3. Miscellaneous Fittings and Appurtances.
SCHEDULE B:
. n AA.
„
1. Install 8” Pressure Reducing Valves and Vault; 2. Miscellaneous
Fittings and Appurtenances.
« 4 **.
<• <» ‘
> • . ’.
>< ’ y 1
Ì
' V
*"z' ••■
SCHEDULE C:
J, „
1. 8” Waterline Construction - 555 Lineal Feet; 2. 6” Waterline Construc­
tion - 78 Lineal Feet; 3. Concrete Holding Tank; 4. Miscellaneous
Fittings and Appurtenances.
Plans and specifications may be seen at the office of H.G.E., Inc.
Engineers and Planners, 19 N.W. 5th Avenue, Portland, Oregon and at the
following locations: City of Maupin, Maupin, Oregon; Eugene Builders
Exchange, Eugene, Oregon; Contractor's Exchange, Salem, Oregon;
Construction Data (North), Portland, Oregon; Construction Data (South),
Portland, Oregon.
One copy may be obtained by prequalified prospective bidders upon
receipt of cash or check in the amount of $25.00 made payable to the
Engineer. Deposits made upon procurement of drawings, specifications
and form of Contract Documents will be non-refundable. Individual
sheets and specification pages may be purchased for the cost of
reproduction, $0.25 per sheet.
Bidders must prequalify with Owner, on Standard APWA Prequalification
forms, ten (10) days prior to bid opening. Prequalification forms may be
obtained from, and should be submitted to the Engineer. If a prequalifica-
tion form is on file with the Engineer and is not over one year old, refiling
is not necessary unless there has been a substantial change in Contrac­
tor’s status.
The Offeror’s or Bidder’s attention is called to the “ Equal Opportunity
Clause,” the “ Standard Federal Equal Employment Opportunity
Construction Contract Specifications” and “Section 3 Requirements" set
forth herein.
The Contractor shall provide a written notification to the Director of the
Office of Federal Contract Compliance Programs within 10 working days
of award of any construction subcontract in excess of $10,000 at any tier
of construction work under the contract resulting from this solicitation.
The notification shall list the name, address and telephone number of the
subcontractor, employer identification number, estimated dollar amount
of the subcontract; estimated starting and completion dates of the sub­
contract and the geographical area in which the contract is to be
performed.
As used in this notice and in the contract resulting from this solicitation,
the covered area is calcualted from The Dalles.
This project is being financed by Community Development Block Grant
Funds from the Department of Housing and Urban Development. The City
of Maupin is the recipient of the funds and is responsible for administra­
tion of the grant funds.
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 thereafter until the lapse of forty-five (45) days from
the bid.
James Routh, Mayor
CITY OF HALSEY, OREGON • CITY RECORDER
REQUEST FOR PROPOSALS
(?■.
-T . •
i “‘T»2.
' . f .’
.• * ’
fX -.' .
FOR ENGINEERING SERVICES
THE CITY OF HALSEY, OREGON is requesting proposals from qualified
professional engineering firms to provide design (Step II) and construc­
tion (Step III) engineering services in conjunction with its application to
the Oregon Department of Environmental Quality and the United States
Environmental Protection Agency for a Construction Grant to fund
improvements to the City’s Wastewater treatment system.
The primary purpose of the project is to enlarge lagoon holding capacity
during no^discha-ge months, thereby eliminating summer discharges
and overloading of the treatment lagoon. The consultant must have
demonstrated experience in successfully administering
ment construction programs and in handling projects funded through t e
EPA Construction Grant process.
It is possible that some modification in the project Scope-of-Work may
result from the Environmental Quality Commission’s decision on
December 9, 1988 regarding proposed increases in the NPDES permit
limits. Any such changes in scope will be handled through a negotiated
amendment to the engineering agreement with the selected consultant.
The proposals shall be delivered by mail or in person to the City
Recorder’s office, Halsey City Hall, 773 West First stre®J’ P.°1C^ 2 X 35,
Halsey, Oregon 97348, no later than 5:00 .m„ PST, November 21,1988.
Copies of the entire REQUEST FOR PROPOSALS may be obtained at the
City Hall during regular business hours or by calling Sharon McDonald,
City Recorder in City Hall, at 369-2522. Any questions reQard'ng ^ .s
matter should be directed to Sharon McDonald, City Recorder at this ad­
dress.
«.
: *£•
*
$
Sharon E. McDonald,
City Recorder
SUB-BIDS REQUESTED
UNITED STATES POSTAL SERVICE
AIRMAIL FACILITY - PORTLAND, OREGON
VV
BID DATE: NOVEMBER 2, 1988 at 1:00 P.M.
>■
DONALD DRAKE CONSTRUCTION
1740 N.W. Flanders
Portland, Oregon 97209
(503) 226-3991
*>• ».
•».> r &S
We are an equal opportunity employer and request sub-bids from small
business and small disadvantaged business sub-contractors and women
and minority business enterprises.
:/•«..
-VA’L $
PORTLAND OBSERVER
"The Eyes and Ears of the Comm unity"
288-0033
Bids Due: November 8 ,1 9 8 8 at 2:00 P.M.
Bid No.: B61-150-3167
Sealed bids will be received by the Director of Purchasing, Multnomah
County Purchasing Section, 2505 S.E. 11th Ave., Portland, OR 97202 fo r
Installation of single ply membrane roof.
Plans and Specifications are filed with the Purchasing Director and
copies may be obtained from the above address for a $5.00 non-
refundable fee. CHECKS AND MONEY ORDERS ONLY. Plans and
Specifications will not be mailed within the Tri-County area.
PREBID CONFERENCE: MANDATORY - October 27, 1988, 10:00 A M.,
Expo, 2060 N. Marine Drive, Portland, Oregon
PREQUALIFICATION OF BIDDERS: Pursuant to the Multnomah County
Public Contract Review Board Administrative Rules (AR 40.030). Pre­
qualification shall be mandatory for this project for the following
class(es) of work: Roofing.
Prequalification applications or statements must be prepared during
the period of one year prior to the bid date. Prequalification application
or proof of prequalification by the Oregon Department of Transportation
must be actually received or postmarked to Multnomah County by not
later than 10 days prior to bid opening.
All bidders must comply with the requirements of the prevailing wage
law in ORS 279.350.
Details of compliance are available from the Purchasing Section,
Division of Administrative Services, 2505 S.E. 11th Avenue, Portland, OR
97202, (503) 248-5111.
Contractors and subcontractors must be licensed for asbestos abate­
ment work if the project involves working with asbestos.
NONDISCRIMINATION: Bidders on this work will be required to comply
with the provisions of Federal Executive Order 11246. The requirements
for Bidders and Contractors are explained in the Specifications.
No proposal will be considered unless accompanied by a check payable
to Multnomah County, certified by a responsible bank, or in lieu thereof,
a surety bond for an amount equal to ten percent (10%) of the aggregate
proposal. The successful bidder shall furnish a bond satisfactory to the
Board in the full amount of the contract.
Multnomah County reserves the right to reject any or all bids.
Lillie Walker, Director
Purchasing Section
____ _________________________
STATE OF ALASKA
ALASKA INDUSTRIAL DEVELOPMENT AND EXPORT AUTHORITY
INVITATION FOR BIDS
PROJECT NO. 656 06
Sealed bids in single copy for furnishing all labor, materials, equipment
and performing all work on Project No. 6560-6, Delong Mountains
Regional Transportation System, AIDEA Seaport Facilities, Contract B:
General Construction described herein, will be opened at 2:00 p.m.
prevailing time, December 8th, 1988 in the Main Conference Room,
Department of Transportation & Public Facilities, Central Region, 4111
Aviation Drive, Anchorage, Alaska. The project site is on the coast near
Kivalina, Alaska, approximately 80 miles northwest of Kotzebue.
The project will consist of the installation of an owner furnished materials
handling system which includes approximately 7,000 ft. of belt conveyor,
a truck unloading facility, a surge bin, and a shiploader. Also included is
the design, engineering and construction of buildings, life support
systems and utility systems along with additional civil and miscellaneous
work.
The estimated cost of the project is over five million dollars.
All work shall be completed by December 1,1989.
The Alaska Industrial Development and Export Authority hereby notifies
all bidders that it is firmly commited to increasing the opportunity for
certified MBEs and WBEs to participate in the performance of contracts
financed in whole or in part with State funds. Bidders should take note
that the MBE/WBE program incorporated in this specification is an
incentive program that is substantially different in structure from the
State of Alaska, Department of Transportation and Public Facilities
DBE/WBE participation program.
One set of plans, specifications and other bidding documents may be
purchased for $100.00 (non-refundable) by all who have a bona fide need
for them for bidding purposes from the Chief of Technical Services,
Department of Transportation & Public Facilities, Technical Services
Building, Room 3, 2301 Peger Road, Fairbanks, Alaska 99709-5316,
telephone number (907) 451-2247. Checks and money orders should be
made payable to the State of Alaska and marked Project No. 6560-6.
Bidding documents are available for inspection at the Regional Depart­
ment of Transportation and Public Facilities offices in Fairbanks,
Anchorage, Nome and Juneau, and at the following offices: Associated
General Contractors in Anchorage, Fairbanks, Seattle, Spokane, and
Tacoma; Plans Room in Anchorage and Fairbanks; Construction Data and
News, Portland; Daily Construction Service, San Francisco; Northwest
Plan Center, Bellingham; Ralph M. Parsons Company, Pasadena._______
A surety bond, cashier’s check, or certified check of the bidder in the
amount of ten percent (10%) of the bid must be attached to each
proposal as bid security. Unsuccessful bidders will have their security
refunded to them when the contract has been awarded.
RECIPROCAL PREFERENCE LAW: In compliance with ORS 279.029, bid­
ders must state on their proposal whether they are a resident or non­
resident bidder. Proposals that fail to provide this information will be
considered non-responsive.
The City of Salem reserves the right to reject any or all bids, to waive for­
malities and of postponing the award of the contract for thirty (30) days.
Prices quoted shall be firm for a period of 30 days after the closing date.
The attention of bidders is directed to the provisions of Chapter 97,
Salem, Revised Code, concerning unlawful employment practices. Viola­
tion of such provisions shall be grounds for immediate termination of this
contract without recourse by the contractor.
NOTE: A Mandatory Site Orientation will be held at the Willow Lake
Wastewater Treatment Plant, 5915 Windsor Island Road N, Salem, OR
97303, at 10 a.m., on November 4,1988. Only one conference will be held.
All bidders MUST attend. Attendance at the entire site orientation, which
is expected to last approximately 1 hour(s) is required.
Vendors will be informed as to the impact of the project on treatment
plant operations and the scheduling that will be required in advance of
their preparation of bids.
Inquiries concerning the contents of the bid specifications should be
directed to Walk Hawkins, Willow Lake Wastewater Treatment Plant, at
(503)588-6380.
Robin J. Kirkpatrick
Purchasing Supervisor______
CITY OF HILLSBORO • WASHINGTON COUNTY
INVITATION TO BID
HILLSBORO COMMUNITY CENTER
Written sealed bids will be received at the office of the City Manager, City
of Hillsboro, Washington County, Oregon, 205 S.E. Second, Hillsboro,
Oreqon 97123 until 4:00 P.M., Monday, 14th of November 1988 for work
and materials required for the REMODEL/EXPANSION OF HILLSBORO
COMMUNITY CENTER.
At the time and place mentioned above, all bids on hand will be opened
and publicly read aloud and then filed for public inspection. Bids received
after the time fixed for opening will not be considered.
“This project is financed through the Community Development 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."
PUBLIC NOTICE
INVITATION TO BID
** ** >
;//»*< 7 '
< HSi ■
Any objections to or comments upon the bid
specifications must be submitted in writing to the
Office of the Purchasing Supervisor, 555 Liberty St.
S.E., Salem, OR 97301. They must be received no
later than five (5) working days before the bid closing
date.
"Attention is called to Federal provisions for Equal Employment Oppor­
tunity, HUD Section 3 requirements, and the minimum wages as set forth
in the contract documents.”
The general nature of the work is as follows: Construction of an approx­
imately 1,600 square foot addition, installation of an institutional kitchen
facility, installation of a complete HVAC system, and interior/exterior
remodeling.
Contract Documents may be examined at the office of the Architect —
John L. Henslee Architect and Planner, 1509 S.W. Sunset Blvd., Suite 2E,
Portland, Oregon 97201.
A set of Drawings and Specifications will be available at the office of the
Architect to each prospective prime contractor. (A Deposit of $50 is
Required).
No proposal will be considered unless accompanied by bid security in
the form of a certified check, cashier’s check, or surety bond payable to
the City of Hillsboro in an amount equal to 10% of the base bid. No
interest will be paid on bid security. Return or retention of bid security
shall be subject to the provisions of ORS 279.031.
No bidder may withdraw his bid after the hour set for the opening thereof
and before award of the contract, unless the award is beyond forty-five
PUBLIC WORKS DEPARTMENT • PACIFIC COUNTY
(45) calendar days from the bid opening date.
The City of Hillsboro may reject any bid not in compliance with all
prescribed public bidding procedures and requirements, and may reject
FLOOD CONTROL PLAN
for good cause any or all bids upon a finding of the City of Hilisboro it is
REQUEST FOR LETTERS OF INTEREST
in the public interest to do so.
Letters Due November 30 by the closing of business day.
The Public Works Department of Pacific County will accept letters of Dated this 17th day of October, 1988.
interest and qualifications from firms desiring to perform engineering City of Hillsboro
planning, design and consulting services for a final comprehensive flood Margaret M. Bauer, City Recorder
control management plan for the Long Beach peninsula.
METROPOLITAN SERVICE DISTRICT (METRO)
Interested firms should submit one copy of their letter of interest and
qualifications, limiting their response to not more than fifteen standard
WASTE TRANSPORT SERVICES
size pages and include the following information:
The Metropolitan Service District (METRO) is requesting bids for Waste
1. A representative summary of projects the firm has completed related Transport Services. The requested services consist of the transport of
to planning and design of flood control projects.
approximately 17,000 tons of waste over an approximate 20-year period,
2. Individuals the firm proposes to utilize with a statement of qualifica­ from the Metro service area to a landfill located in Gilham County,
tions and experience.
Oreaon Bid documents may be obtained by contacting Mr. Chuck Geyer,
3. A statement of qualifications and experience of other personnel Senior Solid Waste Planner, at (503) 221-1646, or they may picked up at
expected to be utilized.
the Solid Waste Department of Metro, 2000 S.W. First Avenue, Portland
4. Form 254 and/or Form 255.
Oreqon 97201 Bids will be received until 4 p.m. on December 21,1988 at
Following review of the submittal, Pacific County will select firms to Metro and then will be publicly opened and read Bids should be directed
to the attention of Mr. Chuck Geyer. Metro may reject any bid not in com­
participate in the final selection process.
Interested firms should submit their letter of interest and qualifications to pliance with all prescribed public bidding procedures and requirements
the Department of Public Works, P.O. Box 66, South Bend, Washington and may reject for good cause any or all bids upon a finding of Metro that
it is in the public interest to do so.
98586. Attention: Chuck Mikkola, by the closing of business day of
Metro encourages disadvantaged and women-owned business enterprise
November 30,1988
participation in all its projects. The participation goals are 7 /o DBE and
Pacific County is an equal opportunity employer. Women and minority
3% WBE.
consultants are encouraged to respond.
,-z
»■
I
•i
/.
♦ *4 i y*'*'
. J.
The City of Salem will receive sealed bids at the office of the City
Recorder, Room 205, City Hall, Salem, Oregon 97301, until, but not after
11:00 a.m., November 16, 1988, at which time said bids will be publicly
opened and read in the City Council Chambers, Room 240, City Hall, for
the project specified herein.
Prime contractors interested in bidding on this project may receive one
copy of the specifications and other bid documents at the office of the
City of Salem, Department of Public Works, 555 Liberty St., S.E., Room
325, Salem, Oregon 97301.
The proposed work consists of: Testing electrical distribution from
primary gear to and including individual 100 amp circuit breakers.
Bids must be submitted on the proposal forms furnished to the bidders.
Proposals shall be submitted in a sealed envelope plainly marked Bid on
the Electrical Maintenance Testing - Bid #3461,” and show the name and
business address of the bidder.
■■ '
- -