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.