Portland observer. (Portland, Or.) 1970-current, November 10, 1988, Page 7, Image 7

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

    r’b r*
Novem ber 10, 1988, P ortland Observer, Page 7
JOBS & CLASSIFIED ADVERTISING
STATE OF OREGON
DEPARTMENT OF TRANSPORTATION • HIGHWAY DIVISION
SUPPLEMENTAL NOTICE TO CONTRACTORS
KLAMATH COUNTY HIGHWAY PROJECT
Proposals Due: Thursday, November 17,1988 at 9:00 a.m.
Sealed proposals on the following project will be opened and read by the
Highway Division in Room 122, Transportation Building, Salem, Oregon,
at 9:00 a.m. on Thursday, November 17, 1988. Proposals shall be submit­
ted to Fran Neavoll, Office Manager, Commission Services, prior to 9 a.m.
on the above date. For this project, bidders shall be prequalified in the
class of work indicated. Bidders shall complete and notarize the “ Cer­
tificate of Compliance with Tax Laws” in the proposal.
(16) KLAMATH COUNTY: “ D” Canal & Lost River Bridges Section of Micka
and Falvey County Roads near Malin and Merrill respectively. State Pro­
ject. ($250,000 - $500,000). Req. approx. 1,236 cu. yds. emb. in place; 1,140
sq. yds. aggr. base -12” thick; 260 tons asph. cone.; 300 lin. ft. guard rail;
135 cu. yds. loose riprap; 559 cu. yds. struc. exc.; 120 cu. yds. spec, struc.
fill; 490 lin. ft. cone, or steel pipe piling; 43,100 lbs. reinf.; 8 prestressed
cone, slabs; 213 lin. ft. metal rail; 242 sq. yds. membrane waterproofing;
285 cu. yds. struc. cone. Completion time: All work at the “ D” Canal site,
except for paving, by March 15,1989. All work by June 15, 1989. Class of
Work: Reinforced Concrete & Structural Steel Bridges & Grade Separa­
tion Structures.
Where the Department has assigned DBE/WBE participation goals on a
contract, the contractor and subcontractor must comply with the com­
mercially useful function (CUF) provisions which require that the
DBE/WBE actually perform, manage, and supervise all assigned respon­
sibilities. Where the Department has assisgned on-the-job training (OJT)
participation goals, the contractor must comply with the relevant special
provision requirements. Additionally, the contractor and subcontractor
are subject to contract wage and equal employment opportunity (EEO)
work force composition requirements contained in the affirmative action
special provisions of each contract.
No bid will be received or considered by the public contracting agency
unless the bid contains a statement by the bidder as a part of this bid that
provisions of ORS 279.350 or 40 USC 276a shall be complied with.
The policy of the Oregon Department of Transportation is to provide
equal opportunity for participation in its contracting activities to all
persons and firms in compliance with applicable Federal and State laws,
rules an regulations. The State Highway Division hereby notifies all bid­
ders that it will affirmatively insure that DBE/WBE will be afforded full op­
portunity to submit bids in response to invitations to participate in any
contract entered into pursuant to this advertisement. In consideration for
an award, persons or firms will not be discriminated against because of
race, age, color, sex, religion, national origin, mental or physical
handicap, political affiliation, or marital status.
Plans and specifications may be inspected at this time at the Transporta­
tion Building in Salem; AGC Offices in Seattle and Spokane; PTS
Business Development Center, Builders Exchange Cooperative,
Northeast Business Center, Portland; and Eugene Builders Exchange.
There is no charge for plans and specifications and they may be obtained
in Room 1, Transportation Building, Salem, OR 97310 or by telephoning
(503) 378-6293. Prequalification by prime contractors will be required by
the Department of Transportation 10 days prior to the bid opening date. A
FILING FEE, WHICH WAS INCREASED FROM $50 TO $100 ON JANUARY 1,
1968, MUST ACCOMPANY THE PREQUALIFICATION APPLICATION. The last
day for filing for this letting will be November 7,1988.
The Department of Transportation may reject any bid not in compliance
with all prescribed public bidding procedures and requirements, and may
reject for good cause any or all bids upon a finding of the Department of
Transportation it is in the public interest to do so.
State of Oregon by and through its
Department of Transportation • Highway Division
Donald E. Forbes, State Highway Engineer
HOUSING AUTHORITY OF PORTLAND
INVITATION FOR BIDS
CLEANING & PAINTING OF APPROX. 600 to 700 VACANT UNITS
LOCATED IN MULTNOMAH COUNTY
Sealed bids for cleaning and painting of approximately 600 to 700 vacant
units (houses and apartments located in Multnomah County) owned by
the Housing Authority of Portland will be accepted by the Housing
Authority of Portland, Oregon (HAP) at 8910 N. Woolsey Avenue, Portland,
Oregon 97203 until 2:00 p.m., PST, December 8, 1988. These units are
located in Multnomah County. After a short interval, bids will be opened
publicly and read aloud. Bidders may be present during the bid opening.
Briefly, the work consists of cleaning and/or painting vacant units. The
volume of units needing cleaning and/or painting is approximately 600 to
700 per year. The units will be ready for occupancy when the contractor
completes the required work.
A HAP representative will conduct a tour of sample units on Tuesday,
November 22, 1988. Meet at 8910 N. Woolsey Avenue at 9:00 a.m. Ques­
tions posed at this meeting regarding the project(s) will be answered by
addenda and provided to all planholders by mail.
Prospective bidders may pick up one set of bidding documents at 8910 N.
Woolsey Avenue between 8 a.m. and 4 p.m., Monday through Friday,
upon deposit of $20 which is refundable only If documents are returned to
HAP in good condition by Monday, December 12, 1988. Additional sets of
documents may be purchased at $10 each which is not refundable. Only
business firms outside the Portland Metropolitan Area may order
documents by calling 283-4602 and making arrangements for deposit by
mail.
A minimum of 20% MBE participation in the execution of this project is a
HAP requirement and the methods the bidder proposes in compliance
with this requirement shall be submitted on a notarized “ Certification of
MBE Participation” form which will become part of the bid. The affidavit
of MBE participation must be submitted by the contractor and accepted
by the Housing Authority of Portland prior to issuance of final payment of
the contract.
No bid will be considered unless accompanied by Bid Security in the
form of a certified check, cashier’s check or surety bond payable to the
Housing Authority of Portland in an amount of $5,000 to be foreited as fix­
ed and liquidated damages should the bidder neglect or refuse to enter
into a contract or provide suitable bond for the faithful performance of the
work in the event the contract is awarded.
No bidder may withdraw bid after the hour set for the opening thereof
until after the lapse of 60 days from the bid opening.
The Housinq Authority of Portland may reject any bid not in com­
pliance w ith ^ ll prescribed bidding procedures and requirements and
may reject any or all bids, and waive all inform alities, if in the judge­
ment of HAP it is in the public interest to do so.
Questions regarding this project should be directed to Dave Walter at
2834602.
Housing Authority of Portland, Oregon
Loren Tarbell, Director of Maintenance
PORTLAND OBSERVER
‘The Eyes and Ears of the Community'
288-0033
CITY OF SHERWOOD, OREGON
ADVERTISEMENT FOR BIDS
GENERAL CONSTRUCTION CONTRACT OF THE PHASE II ADDITIONS
SHERWOOD SENIOR/COMMUNITY CENTER • CITY OF SHERWOOD
Sealed bids will be received Until 3:00 P.M., P.S.T., on Tuesday,
November 29, 1988, at the Office of the City Manager by Mr. James
Rapp, City of Sherwood, 90 N.W. Park Street, Sherwood, Oregon 97140,
and will then and there be opened in the Senior/Community Center, 855
No. Sherwood Blvd., Sherwood, and publicly read aloud for construction
of the PHASE II ADDITIONS of the SHERWOOD SENIOR/COMMUNITY
CENTER.
Bids received after the above stated time will not be considered.
The City of Sherwood is an Equal Opportunity Employer. The Work
consists of: excavation; grading; paving and a single story frame
building structure, including General, Mechanical and Electrical work.
Work will be awarded under a Single Lump Sum Construction Contract,
based upon the lowest qualified and responsive bid acceptable to the
City.
Neither contractor nor subcontractor need be licensed under ORS
468.883 (Asbestos to Abatement Project).
Plans and Specifications, including Bidding Documents and Conditions
of the Agreements may be examined at the following locations:
1. SHERWOOD CITY HALL, CITY OF SHERWOOD, 90 N.W. Park Street,
Sherwood, Oregon 97140.
2. THE ORB ORGANIZATION, INC. 510 Evergreen Building, 15 South
Grady Way, Renton, Washington 98055.
3. EUGENE BUILDERS EXCHANGE, 135 Silver Lane, Eugene, Oregon
97404.
4. NORTHWEST PLAN CENTER, 901 S.E. Oak, Suite 208, Portland,
Oregon 97214.
5. CONSTRUCTION DATA NEWS PLAN CENTER (EASTSIDE), 1125 S.E.
Madison, Portland, Oregon 97212.
6. CONSTRUCTION DATA NEWS PLAN CENTER (WESTSIDE), 925 N.W.
12th Avenue, Portland, Oregon.
7. SKANNER, 2337 North Williams Avenue, Portland, Oregon 97227.
Bona fide prime contractors may obtain Plans and Specifications at the
office of THE ORB ORGANIZATION, INC. located at 510 Evergreen
Building, 15 South Grady Way, Renton, Washington 98055. telephone:
(206) 226-3522, upon receipt of a deposit fee of $100.00 for one complete
set of documents. All deposits shall be made payable to the Architect
and will be forfeited unless all bid documents are returned in good usable
condition within ten (10) consecutive calendar days after the date set for
bid opening.
A CERTIFIED CHECK, CASHIERS CHECK, OR BID BOND IN THE
AMOUNT OF FIVE (5) PERCENT OF THE TOTAL BID MUST ACCOM­
PANY EACH BID, AND SHALL BE MADE PAYABLE TO THE CITY OF
SHERWOOD, OREGON.
The successful bidder will be required to furnish a Performance Bond
and Labor and Material Bond for faithful performance of the Contract in
the full amount of the Contract price.
This Project is financed through the Community Development Block
Grant Program with funds obtained from the U.S. Department of Hous­
ing and Urban Development (H.U.D.) The contract will be subject to
regulations of the Department of Labor and Housing and Urban
Development.
Attention is called to federal provisions for equal employment oppor­
tunity, H.U.D. Section 3 Requirements, and the minimum wages as set
forth in the Contract Documents.
Attention is called to the fact that not less than the minimum salaries
and wages as set forth in the Contract Documents must be paid on this
project in accordance with DAVIS-BACON ACT (40 USC 276 [a]), and that
the Contractor must ensure that employees and applicants for employ­
ment are not discriminated against because of their race, color, religion,
sex, or national origin.
No bid will be received or considered unless the bid contains a state­
ment by the bidder as a part of the bid that the provisions of 40 USC 276
(a) are to be complied with.
Should the successful bidder fail to enter into such contract and furnish
satisfactory performance bond within the time stated in the specifica­
tions, the Bid Proposal Deposit shall be forfeited to the City of
Sherwood.
Bids shall be addressed to the City Manager, City of Sherwood, Oregon,
90 N W Park Street, Sherwood, Oregon, and shall be clearly marked
“ BID-SHERWOOD SENIOR/COMMUNITY CENTER” on the outside of
the envelope.
The City of Sherwood reserves the right to reject any and all bids, or
waive any informalities in the bidding and to reject any bid not in com­
pliance with all prescribed public bidding procedures and requirements,
and may reject for good cause any or all bids upon a finding of the
agency it is in the public interest to do so.
No plea of mistake in the bid shall be available to the bidder for the
recovery of his deposit or as a defense to any action based upon the
neglect of refusal to execute a contact.
No bidder may withdraw his bid for a period of thirty (30) days after the
day of bid opening.
ROGUE COMMUNITY COLLEGE
INVITATION TO BID
CAMPUS IMPROVEMENTS — PHASE II
Proposals Due: Wednesday, November 23,1988 at 1:00 p.m.
PROJECT DESCRIPTION: Remodeling of buildings C, D, F, G, H, I, J, K,
L, M, N, O, S, U & Z; and related sitework. Includes new metal roofing, new
wood siding, handicapped access improvements, new lighting and HVAC
improvements.
RECEIPT OF BIDS: Sealed bid proposals will be received from General
Contractors by Rogue Community College, 3345 Redwood Highway,
Grants Pass, OR 97527, until 1:00 p.m., November 23,1988. Bids received
in Building “ H,” Administration Office, Rogue Community College, 3345
Redwood Highway, Grants Pass, OR 97527.
Any bid received after the stated time for closing of bidding shall be
returned unopened. Bids will be opened and publically read aloud.
TYPE OF BID: One proposal for the entire Project, including General
Mechanical and Electrical work is required.
CONSTRUCTION DOCUMENTS: Project Manual, Bid Documents,
Specifications and Drawings, may be examined at the following loca­
tions: 1. Medford Builders Exchange, 315 North Bartlett, Medford, OR
97501. 2. Josephine County Builders Exchange, 105 S.W. 4th St., Grants
Pass, OR 97526. 3. Douglas County Builders Exchange, 2183 N.W. Vine,
Roseburg, OR 97470.4. Klamath Builders Exchange, 724 Main, Room 214,
Klamath Falls, OR 97601. 5. Eugene Builders Exchange, 135 Silver Lane,
Eugene, OR 97404-2215. 6. Builders Exchange Co-op, 1125 S.E. Madison
St., Portland, OR 97214. 7. Dodge/Scan, 100 West Harrison Plaza, Seattle,
WA 98110. 8. Central Oregon Builders Exchange, 707 N.W. Hill St., Bend,
OR 97701. 9. Oregon Builders Exchange, 250 N.E. Garden Valley Blvd.,
Roseburg, OR 97470.
DOCUMENT DEPOSIT: A set of such contract documents may be
obtained from the office of the architect upon deposit of One Hundred
Dollars ($100). Each General Contractor will be allowed two (2) sets of
Contract Documents Additional sets may be obtained by paying the
actual cost of reproduction, which will not be refundable. Subcontractors
may obtain documents from the Architect only by paying for same.
RETURN OF DEPOSITS: Deposit will be fully refunded, except as noted
above, to those Contractors: 1. who submit a bona fide bid and return,
undamaged, the documents within ten days after date for receipt of bids.
2. who do not submit bona fide bids, but return the documents, undamag­
ed, a full seven days before due date for bids.
BID SECURITY: Each General Contractor bid must be accompanied by a
certified check, or bid bond, equal to five percent (5%) of the bid
including alternates, binding the bidder to enter into contract and furnish
bond as required within ten days after notification of acceptance of the
proposal. Checks shall be made payable to Rogue Community College.
No bid shall be withdrawn for a period of thirty (30) days after the bid
opening date without the consent of the Owner. Bid Bonds will not be
returned. Certified checks of Bidders will be returned.
PERFORMANCE/PAYMENT BOND: The successful Bidder shall provide
a “ Performance and Labor and Materials Payment Bond for the full
amount of the contract.
PREQUALIFICATION: Bidders must be prequalified in accordance with
ORS 279.039. Applications for prequalification, or notice of intent to bid if
the Contractor has a Current Prequalification, must be received at !east
ten (10) days prior to the Bid opening.
Application forms are available from the Architect.
WAGE RATES: No bid will be received or considered unless the Bid
contains a statement assuring the Bidder’s compliance with Davis-Bacon
Act for prevailing rates of wage.
GENERAL: The Owner reserves the right to reject any or all bids and to
waive any informalities in bidding.
Rogue Community College
DEPARTMENT OF PHYSICAL PLANT • OREGON STATE UNIVERSITY
PHYSICAL PLANT • CORVALLIS, OR
ADVERTISEMENT FOR BIDS
BENTON HALL ACOUSTICAL REMODEL
Sealed bids will be received by the Oregon State Board of Higher Educa­
tion in Administrative Services Building, B100, Oregon State University,
Corvallis, Oregon until 2:00 p.m., PST, December 1,1988 for the Benton
Hall Acoustical Remodel Project.
Contract documents may be obtained from the Physical Plant, OSU,
15th at Washington, Corvallis, Oregon 97331-2001 or telephone (503)
754-4921.
PUBLIC WORKS DEPARTMENT • PACIFIC COUNTY
PUBLIC NOTICE
FLOOD CONTROL PLAN
REQUEST FOR LETTERS OF INTEREST
Letters Due November 30 by the closing of business day.
The Public Works Department of Pacific County will accept letters of
interest and qualifications from firms desiring to perform engineering
planning, design and consulting services for a final comprehensive flood
Polly Blankenbaker,
control management plan for the Long Beach peninsula.
City Recorder, City of Sherwood
Interested firms should submit one copy of their letter of interest and
SLUG: Informational Advertise.
qualifications, limiting their response to not more than fifteen standard
Highway Division - Call for Bids
size pages and include the following information:
1. A representative summary of projects the firm has completed related
to planning and design of flood control projects.
INFORMATIONAL ADVERTISEMENT
2. Individuals the firm proposes to utilize with a statement of qualifica­
DEPARTMENT OF TRANSPORTATION • HIGHWAY DIVISION
tions and experience.
3. A statement of qualifications and experience of other personnel
expected to be utilized.
Sealed bids will be received until 9:00 a.m. on November 17, 1988, for 4. Form 254 and/or Form 255.
Following review of the submittal, Pacific County will select firms to
the projects listed below:
participate in the final selection process.
County
"D ” Canal & Lost River Bridges Sec. of Micka and Interested firms should submit their letter of interest and qualifications to
Klamath
the Department of Public Works, P.O. Box 66, South Bend, Washington
Falvey County Roads. Grade, pave & structures.
98586, Attention: Chuck Mikkola, by the closing of business day of
Plans specifications, and bid documents may be obtained in Rm. 1,
November 30,1988.
Transportation Building. Salem, OR 97310. Prime contractors must be
Pacific County is an equal opportunity employer. Women and minority
prequalified ten days prior to the bid opening day. For additional infor
consultants
are encouraged to respond.
mation, please contact Commission Services at 378 6526.
CALL FOR BIDS
If your business is not certified as a Disadvantaged Business Enterprise
(DBE) or a Women Business Enterprise (WBE), please contact the O f ice
of Women and Minority Business, at 155 Cottage, Salem, OR 97310, or
phone (503) 378-5651.
OREGON STATE BOARD OF HIGHER EDUCATION
ADVERTISEMENT FOR BID
SUB-BIDS REQUESTED
REMODEL AND EXPANSION OF
HILLSBORO COMM UNITY CENTER
BID DATE:
November 14, 1988 at 4:00 P.M.
HEATING PLANT COGENERATION PROJECT
OTKM CONSTRUCTION, Inc.
Sealed bids for the Heating Plant Cogeneration project will be received
by the Oregon State Board of Higher Education until 2:00 p.m., December
1224 S.W. 17th • Portland, OR 97205
(503) 241-2875
FAX 274-9691
13,1988.
Additional information may be obtained by contacting the OSU Physical
Plant, 15th at Washington, Corvallis, Oregon 97331-2001 or telephone
(503)754-4921.
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.