Portland observer. (Portland, Or.) 1970-current, November 17, 1988, Page 9, Image 9

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

    » <
Novem ber 17. 1988. P ortland Observer. Page 9
JOBS & CLASSIFIED ADVERTISING
C’TY OF GRESHAM, OREGON
ADVERTISEMENT FOR BIDS
GRESHAM CITY HALL TENANT IMPROVEMENTS
BID NO. «89-11
BID DUE: 2 P .M , NOVEMBER 30,1988
Sealed bids will be received by the City of Gresham, Oregon until 2 p.m.,
PDT, Wednesday, November 30,1988, for the construction of interior office
space improvements in the City Hall. Bids will be opened and publicly read
aloud immediately following the time stated above in the Council Chamber,
Gresham City Hall, 1333 NW Eastman Parkway, Gresham, Oregon.
DESCRIPTION OF THE WORK:
1.
The renovation of approximately 8,600 s.f. of office and public space,
including demolition, partitions, finishes, mechanical and electrical as
defined by the Contract Documents. The successful bidder shall
furnish all labor, materials, equipment and services to complete the
project in accordance with the plans and specifications.
2..
OWNER:
City of Gresham
1333 NW Eastman Parkway
Gresham, OR 97030
Direct questions to:
Gregory DiLoreto, City Engineer
(503) 669-2402
BIDS:
a.
Submit bids to: Gregory E. DiLoreto, P.E.
City Engineer
at the Engineering window, first floor of City Hall.
b.
All bids must be submitted on the regular forms furnished,
and addressed and mailed, or delivered, to the person and
location noted above, in a sealed envelope plainly marked:
SEALED BID FOR CITY HALL IMPROVEMENTS- BID #89-
11 ," and bearing the name and address of the bidder.
c.
Bid Security: Each bid must be accompanied by a certified
check, cashier's check or bid bond of not less than 10 percent
of the bid amount.
d.
Non-Collusion Affidavit: Each bid must also be accompanied
by the completed, signed and notarized four page non­
collusion affidavit.
e.
ORS 279.025 provides that the City of Gresham 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 City that it is in the
public interest to do so.
MANDATORY PRE-BID CONFERNECE:
All bidders are required to attend the pre-bid conference on Tuesday,
November 22,1988, 2:00 p.m. in the Council Chambers, City Hall.
SECURING THE DOCUMENTS:
Bidders may secure copies of the plans and specifications by
ordering them from the Architect, Richard Fowler, AIA, 208 SW Stark
St., Suite 207, Portland, OR 97204, (503) 241-0277, upon payment
of a non-refundable $30 deposit for 1 project manual and 2 sets of
plans.
Additional sets may be purchased at cost through the Architect.
EXAMINATION OF THE DOCUMENTS:
7.
The Contract Documents are on file with, and may be examined at,
the Architect's office and the City Recorder, City of Gresham, 1333
NW Eastman Avenue, Gresham, Oregon 97030. In addition, the
Documents are at the following plan centers:
1.
Building's Exchange Corp
2.
Northwest Plan Center
3.
Construction Data
4.
Southwest Washington Contractor's Assoc.
5.
Dodge/Scan
6.
Impact
7.
Salem Contractor's Exchange
CONTRACTOR'S PREQUALIFICATION:
Bidders must prequalify and execute a State of Oregon Public
Contract Review "Contractor's Prequalification Application" and
submit same to the City Engineer, City of Gresham one week prior to
the bid opening. Forms are available from City offices. Only those
bidders prequalified are approved to submit bids on this project.
Bidders must be prequalitied in "building alteration and repair work."
REJECTION OF BID:
"City of Gresham reserves the right to reject any and/or all bids, waive
informalities or to accept any bid which appears to serve the best
9.
interests of the City."
PROTESTS:
Protest will not be considered unless detailed in official correspon­
dence to the City Manager and received prior to the bid opening date.
ADDITIONAL REQUIREMENTS AND NOTICES:
No bid will be received or considered by the City of Gresham
unless the bid contains a statement by bidder will comply with
provisions of ORS 279.350 (Prevailing Wage Rates).
b
Bidder must enclose statement as to whether bidder is
resident bidder, as defined in ORS 279.029.
c.
ORS 279.021 provides that the City of Gresham shall
give preference to goods or services that have been manu­
factured or produced in this state if price, fitness, availability
and quality are otherwise equal. Each bid must contain a
statement as to whether the bidder is a resident bidder, as
defined by ORS 279.029, and whether or not a contractor or
subcontractor is licensed under ORS 468 883.
d.
The City of Gresham's programs, services, employment
opportunities, and volunteer positions are open to all persons
without regard to race, religion, color, national origin, sex,
age, marital status, handicap, or political affiliation.
e.
A performance and payment corporate surety bond in the full
amount of the contract shall be required to guarantee faithful
performance of the contract at the time of contract execution
f.
Contractor does not need to be licensed. Contractor does
need City of Gresham business license.
g.
No bidder may withdraw or modify his bid after the hour set
for the opening thereof, unless the award of the contract is
delayed for a period exceeding thirty (30) days
ated this 7th day of November, 1988
ichard J. Fowler, AJ.A.
rchitect
n behalf of: City of Gresham, Oregon
CITY OF GRESHAM • CITY COUNCIL
ROGUE COMMUNITY COLLEGE
NOTICE TO CONTRACTORS
S.E. 223rd AVENUE WATERLINE • PHASE I
PROJECT NO. 4098
Sealed proposals will be received by Dale Anderson, Water Engineer, at the
City Hall, 1333 N.W. Eastman Parkway, Gresham, Oregon 97030, until
Wednesday, November 23, 1988, at 10.00 a.m., Pacific Standard Time, at
whichtimethey will be opened, for the construction of the S.E. 223rd Avenue
Waterline Project, Phase I.
16" Ductile Iron Pipe, Class 52, in place
3,230 L.F.
16" Butterfrly Valves
7 Each
8" Resilient Seat Gate Valves
8 Each
6" Fire Hydrant Assemblies
5 Each
Fittings
10,300 Lbs.
Select Backfill
1,100 C.Y.
Contractor for this work shall furnish all labor at current State of Oregon
prevailing wage rates, materials and equipment and services of all kinds to
complete the work in accordance with the plans and specifrications therefor.
Plans and specifications may be examined at the office of the Gresham City
Engineer, 1333 N.W. Eastman Parkway, Gresham, Oregon. Copies of said
plans and specifications may be obtained upon application to the City
Engineer and by posting a non-refundable fee of $25.00 with the City Engineer
for each set of plans and specifications requested.
Contractors must prequalify for waterline construction with the City of
Gresham, as required by laws of theState of Oregon, before the date of a bid
opening. Otherwise, their proposal may not be given consideration.
All proposals must be submitted on the regular forms furnished by the City of
Gresham, addressed and mailed or delivered to the Engineering Division, City
of Gresham, in a sealed envelope plainly marked, "SEALED BID ON S.E. S.E.
223rd AVENUE WATERLINE PROJECT, PHASE I" and bearing the name
and address of bidder. Each must be accompanied by a certified check,
cashier's check or bid bond in the amount not less than ten percent (10%) of
the total bid. A performance and payment corporate surety bond in the full
amount of the contract shall be required to guarantee faithful performance of
the terms of the contract at the time of contract execution.
The City of Gresham reserves the right to reject any and/or all bids, waive
informalities or to accept any bid which appears to serve the best interests of
the City.
The City of Gresham is an equal opportunity employer.
By Order of the City C ouncil
1333 N.W. Eastman Parkway
Gresham, Oregon 97030
INVITATION TO BID
CAMPUS IMPROVEMENTS -
Proposals Due: Wednesday, November 23,1983 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 Com m unity College, 3345 Redwood Highway,
Grants Pass, OR 97527, until 1:00 p.m., November 23,1988. Bids received
in Building “ H,” Adm inistration O ffice, Rogue Community College, 3345
Redwood Highway, Grants Pass, OR 97527.
Any bid received after the stated tim e for closing of bidding shall be
returned unopened. Bids w ill 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 w ill not be refundable. Subcontractors
may obtain documents from the Architect only by paying for same.
RETURN OF DEPOSITS: Deposit w ill be fully refunded, except as noted
above, to those Contractors: 1. who subm it a bona fide bid and return,
undamaged, the documents within ten days after date for receipt of bids.
2. who do not subm it 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.
OFFICIAL OPENING OF
SECTION 8 PROGRAM
On November 21,1988, the Housing Authority of Portland will be accepting
applications for their Section 8 Housing Assistance Payment Program for
TWO BEDROOM families. The Program will remain open until 4 p.m.,
November 22,1988, or until 350 names have been taken.
Those families eligible for two bedrooms, in the Section 8 Program, should
call these special numbers: 282-0892 and 282-0980. Calls will be accepted
between the hours of 8:30 a.m. to 4:00 p.m. PHONE LINES WILL BE
CLOSED FROM 11:30 a.m. to 1:00 p.m.
On November 28,1988, the STUDIO application waiting pool will open for
new applicants. This list will remain open until March 31,1989. Numbers to
call for the STUDIO opening are 249-5535 and 249-5528. Applications will
be accepted in the afternoon only, between 1:30 and 3:30 p.m., Monday,
Wednesday, and Friday.
Priority will be given to families who claim and qualify for a preference under
the Federal Preference law. Families who have been displaced through no
fault of their own, families living in substandard housing as defined by HUD,
and/or families who pay more the 50% of their income for rent and utilities
would qualify for a preferred status.
Applicants on the present waiting list for Public Housing must specifically
apply for the Section 8 Rental Assistance Program if they wish to participate.
The Authority only accepts applications by phone. We do not accept walk-
ins or names received through the mail. YOU MUST CALL IF YOU WISH
TO APPLY FOR THIS PROGRAM. Only one family's applications will be
accepted per phone call.
(We are pledged to the letter and spirit of U.S. policy for the achievement of
equal housing throughout the nation in which there are no barriers because
of race, color, religion, or national origin)
Thank You
No bid shall be withdrawn for a period of thirty (30) days after the bid
opening date w ithout the consent of the Owner. Bid Bonds w ill not be
returned. Certified checks of Bidders w ill 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 least
ten (10) days prior to the Bid opening.
Application forms are available from the Architect.
WAGE RATES: No bid w ill 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
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 w ill accept letters of
interest and qualifications from firm s desiring to perform engineering
planning, design and consulting services for a final comprehensive flood
control management plan for the Long Beach peninsula.
Interested firm s should subm it one copy of their letter of interest and
qualifications, lim iting their response to not more than fifteen standard
size pages and include the following information:
SUB-BIDS REQUESTED
STATE LANDS BUILDING
SALEM, OREGON
BID DATE: November 29,1988 at 3:00 P.M.
Marion Construction Company
P.O. Box 12218
Salem, Oregon 97309
(503) 581-1920
FAX (503) 399-0823
1. A representative summary of projects the firm has completed related
to planning and design of flood control projects.
2. Individuals the firm proposes to utilize with a statement of qualifica­
tions and experience.
3. A statement of qualifications and experience of other personnel
expected to be utilized.
4. Form 254 and / or Form 255.
Following review of the submittal, Pacific County w ill select firm s to
participate in the final selection process.
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.
a.
Interested firm s should subm it their letter of interest and qualifications to
the Department of Public Works, P.O. Box 66, South Bend, Washington
98586, Attention: Chuck Mikkola, by the closing of business day of
November 30,1988.
Pacific County is an equal opportunity employer. Women and m inority
consultants are encouraged to respond.
SUB-BIDS REQUESTED
STATE LANDS DIVISION OFFICE BUILDING
SALEM, OREGON
STATE OF OREGON
DEPARTMENT OF HIGHER EDUCATION
BID DATE: November 29, 1988 at 3:00 P.M.
Andersen Construction Co., Inc.
6712 N. Cutter Circle
Portland, Oregon 97217
(503) 283-6717
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.
★ Best Cash Prices ★
Speedy
Service
25 Gals.
$25.00
| | | D A D S O |L S E R V I C E * ™ 0 «
Heating Oils
100 Gals.
III
$oo.UU
104 N.E. R ussell St.
Portland, OR 97212
(503) 282-51111
PHASE II
$68.00
150 Gals.
$102.00
REQUESTS FOR PROPOSALS
APPLICATION SOFTWARE
Responses Due: Monday, November 21,1988 at 2:00 P.M.
In accordance with OAR 125-340-030, Single Manufacturer of Compatible
Products, sealed responses will be received by the undersigned for computing
related acquisitions listed below. Proposals invitations, specifications and
applicable forms may be seen or obtained from the person listed below.
Proposals will be publicly opened in Susan Campbell Hall, University of
Oregon campus, Eugene, Oregon at 2:00 p.m. November 21,1988. Responses
received after the above time and date will not be considered. The Department
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 it is in the public interest to do so. The Oregon
Reciprocal Preference Law may apply to out-of-state bids.
DESCRIPTION: #89-010, Application Software for Animal Care Facility
Robert L. Halvorsen, Director
Computing Acquisition Services
Office of Administration
P.O. Box 3175, Eugene, OR 97403
(503) 686-5744
% X
4