Portland observer. (Portland, Or.) 1970-current, September 26, 1990, Page 10, Image 10

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

    Page 10- The Portland Observer-September 26, 1990
I
Portland Observer
CLASSIFIEDS
REQUEST FOR PROPOSALS
ASBESTOS ABATEMENT PROJECT DESIGNER FOR THE
STATE OF OREGON
DEPARTMENT OF CORRECTIONS
Date of Issue: September 21, 1990
Closing Time and Date: 4:00 p.m., October 1, 1990
PUBLISHED NOTICE
Facilities owned by the Stale of Oregon have recently been surveyed for asbestos
containing materials (ACM) under a contract through Oregon Department of
General Services. The Department of Corrections' (DOC) facilities were part of
that survey. At the September Legislative Emergency Board for asbestos
abatement projects in four Salem area institutions. These projects fall under the
category of "areas of special concern," meaning that the ACM found may pose
significant potential hazards requiring corrective action. The projects are
individually small in scope, therefore, DOC intends to prepare one package for
bidding of the abatement work, the Abatement Project Designer will work with
DOC to further identify the scope of the work and prepare documents for bidding.
During the abatement, the Project Designer will provide inspection, air monitor­
ing services, and a project close-out manual.
A mandatory Pre-proposal meeting will be held on Thursday, September27,1990
at 1:00 P.M. The meeting will be held at the offices of the Department of
Corrections’ Construction Division, 470 Lancaster Drive N.E., Salem, Oregon
97310. All firms planning to submit a proposal must attend this meeting.
Copies of the Request for Proposal can be obtained from Ms. Susan Smith,
Department o f Corrections, 2575 Center Street N.E., Salem, Oregon 97310,
(503)373-1572. Proposals are due AT the same address by 4:00 p.m., on October
1, 1990. Late submissions or submissions from firms not represented at the pre-
proposal meeting will not be accepted.
CITY OF PORTLAND
CENTRAL CITY TRANSPORTATION MANAGEMENT POLICY
PROJECT MANAGER
PROPOSALS DUE 4:30 P.M., OCTOBER 15
REQUEST FOR PROPOSALS
The Pordand Office of Transportation is soliciting proposals from qualified
consultants to manage the planning process to develop a Central City Transpor­
tation management Policy and Plan, including an update of the Downtown
Parking and Circulation Policy.
The consultant must have expertise in analyzing the interrelationship be­
tween traffic capacity, transit, parking, economic development, and air quality.
The consultant must also demonstrate experience in working with elected
officials, appointed citizen committees, and coordination with public agencies.
The City of Portland encourages participation and minority/women busi­
ness enterprise contracts in its projects.
Copies o f the proposal package and submission requirements are available
at the Portland Office of Transportation, attention Stephen Iwata, 1120 SW 5th
Ave., Room 702, Portland, Oregon 97204, (503) 796-7734.
Proposals are due to Office o f Transportation on Monday, October 15th, no
SUB-BIDS REQUESTED
City of Corvallis
Library Addition and Renovation
Bid date: October 4,1990 @ 2:00 p.m.
L.D. Mattson, Inc.
P.O. Box 12335
Salem, Oregon 97309
(503) 585-7671
FAX (503) 585-4364 For Bids Only
Contractors Registration #63122
We are an equal opportunity employer and request sub-bids from women and
CITY OF SALEM, OREGON
DEPARTMENT OF GENERAL SERVICES
PURCHASING DIVISION
INVITATION TO BID
CITY OF CORVALLIS
REQUEST FOR PROPOSALS
LABORATORY COOLING SYSTEM
PROPOSAL #90-24
NOTICE IS HEREBY GIVEN that sealed proposals are invited and will be
received for a LABORATORY COOLING SYSTEM, PROPOSAL #90-24.
Specifications and proposal documents are available at the oil ice ol City of
Corvallis, Public Works Department, 1245 N.E. 3rd Street, P.O. Box 1083,
Corvallis, Oregon 97339. Proposals must be delivered to the Office of Public-
Works on or before 10 a.m., Friday, October 5,1990, at which time the scaled bids
will be publicly opened and read.
Proposals shall be submitted on forms provided w.lh the proposal published
by the City of Corvallis, Public Works Department, and the documents are to be
returned intact. All items contained in the invitation and specifications are appli­
cable in preparing proposals. The said proposal shall be accompanied by a certi­
fied or cashier’s check or bid bond in the amount of ten percent (10%) of the to­
tal amount of the proposal. The bid bond shall be issued by a surety authorized and
licensed to issue such bonds in the State of Oregon.
The City of Corvallis reserves the right to accept or reject any and all
proposals, to waive any irregularities and/or informalities in the proposal, Irom
the date of bid opening and to make the award that is in the best interests of the
City.
A pre-bid site inspection may be arranged by contacting Don Boone at 757-
6721.
When awarded a contract, the successful bidder shall, within 10 days, not
including Sundays and legal holidays, execute the contract and shall furnish a
performance and payment bond in the lull amount ot the contract price.
For additional information, contact Don Boone, Technical Services Supervi­
sor, Public Works Department, at (503) 757-6721.
CITY OF CORVALLIS
REQUEST FOR PROPOSALS
FILTER REBUILDING
PROPOSAL #90-29
NOTICE IS HEREBY GIVEN that sealed proposals are invited and will be
received for filter rebuilding for the rock creek water treatment plant, #90-29.
Specifications and proposal documents arc available at the office of City of
Corvallis, Public Works Department, 1245 N.E. 3rd Street, P.O. Box 1083,
Corvallis, Oregon 97339. Proposals must be delivered to the Office of Public
Works on or before 10:30 a.m., Friday, September 28,1990, at which time the
sealed bids will be publicly opened and read.
Proposals shall be submitted on forms provided with the proposal published
by the City of Corvallis, Public Works Department, and the documents arc to be
returned intact. All items contained in the invitation and specifications arc appli­
cable in preparing proposals. The said proposal shall be accompanied by a cer­
tified or cashier’s check or bid bond in the amount of ten percent (10%) of the to­
tal amount of the proposal. The bid bond shall be issued by a surety authorized
and licensed to issue such bonds in the State of Oregon.
The City of Corvallis reserves the right to accept or reject any and all
proposals, to waive any irregularities and/or informalities in the proposal, from
the date of bid opening and to make the award that is in the best interests of the
City.
A pre-bid site inspection may be arranged by contacting Dan Scottie at 757-
6932
When awarded a contract, the successful bidder shall, within 10 days,
not including Sundays and legal holidays, execute the contract and shall furnish
a performance and payment bond in the full amount of the contract price, and
shall furnish a Certificate of Insurance.
For additional information, contact Dan Scottie, Water Operations
Supervisor, Public Works Department, at (503) 757-6932,
FUEL MONITORING SYSTEM
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.,
October 17,1990, 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 o f the Purchasing
Supervisor, 555 Liberty St. S.E./Room 315, Salem, Oregon 97301, telephone
(503) 588-6136.
Bids must be submitted on the proposal forms furnished to the bidders.
Proposals shall be submitted in a sealed envelope plainly marked “ BID ON FUEL
MONITORING SYSTEM INCLUDING OVERFILL PROTECTION, SPILL
CONTAINMENT, AND CHECK VALVES - Bid #3767” , and show the name
and business address of the bidder.
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 clos.ng date.
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.
No bid, EXCEEDING S 10,000, will be received or considered by the City of
Salem or any of its officers unless the bid contains a statement by the bidder (by
signing his proposal) that the provisions of ORS 279.350 shall be included in his
contract. Every contractor or subcontractor is required to post the applicable pre­
vailing wage rates in a conspicuous and accessible place in or about the work-site
for the duration of the job. Contractors and subcontractors who intentionally fail
to post the PWR can be made ineligible to receive any public works contract for
up to three years.
RECIPROCAL PREFERENCE LAW: In compliance with ORS 279.029,
bidders 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 formali­
ties 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 Re­
vised Code, concerning unlawful employment practices. Violation of such provi­
sions shall be grounds for immediate termination of this contract without recourse
by the contractor.
The City of Salem is an Equal Employment Opportunity/Affirmalive Action
Employer.
NOTE: Inquiries concerning the contents of the bid specifications or a site ori­
entation should be directed to: Mr. Gary Bellah, Equipment Superintendent, at
(503) 588-6322. Orientations will be held at the City Shops area and the two other
locations involved on an “ as requested” basis. If you would like to set up an ap­
pointment for orientation, please contact Mr. Gary Bellah at the City Shops
Equipment Division. He is located at 1455 - 22nd Street S.E., building #14.
Attendance at the entire orientation, which is expected to last approximately (2)
two hours is NOT REQUIRED. This orientation is NOT MANDATORY, how­
ever, it is recommended for those who did not attend the orientation in August.
.ALL EQUIPMENT MUST BE INSTALLED BY A LICENSED UST SERV­
ICE PROVIDER THROUGH OREGON DEPARTMENT OF ENVIRONMENTAL
QUALITY.
Gary A. Kanz, C.P.M.
Purchasing Supervisor
BID NO. 3767
Hoffman Construction Company of Oregon
The Construction Manager/General Contractor
for
REQUEST FOR STATEMENT OF
QUALIFICATIONS FOR
DESIGN OF
SLUDGE STORAGE/COMPOSTING FACILITY
The State Office Building
SUB-BIDS REQUESTED
Corvallis Benton County Library
Corvallis, Oregon
Bid Date: October 4,1990 @ 2:00 P.M.
BERGE BROS. ENTERPRISES INC.
P.O. Box 133
Oregon City, Oregon 97045
(503) 655-2865 FAX (503) 655-4335
We are an equal opportunity employer and request sub-bids from women
and minority owned business enterprises.
t
SUB-BIDS REQUESTED
Benton County Public Library
Corvallis, Oregon
Bid Date: October 4,1990 @ 2:00 P.M.
MARION CONSTRUCTION COMPANY
P.O. Box 12218
Salem, OR 97309
(503) 581-1920 FAX 503-399-0823
CCB #48058
We are an equal opportunity employer and request sub-bids from women
and minority owned business enterprises.
800 Oregon Street
Portland Oregon
The City of Gresham plans to retain a consulting engineering firm to perform
the planning, design, and contract administration for the construciton of a
domestic sludge storage/composting facility at its 15 mgd wastewater treatment
plant.
Interested consulting engineering firms shall submit to the Gresham City En­
gineer’s office, Attention: Garry Oil, 1333 N.W. Eastman Avenue, Gresham, OR
97030, by 5:00 PM, Pacific Daylight Time, Thursday, October 11,1990, a 5-page
statement of qualifications which shall include:
1. Firm Information. Firm name, address, telephone number, contact person,
year established, types of services qualified to perform, and number of personnel
of the firm, including a breakdown of registered professional engineers, other
degreed engineers, engineering technicians, and support staff.
2. Qualifications of the Firm. A summary of projects completed by the firm
which arc comparable to the draft Request for Proposal including name and
location of the treatment plant, types of unit processes and facilities designed,
design How and organic loadings, design and construction completion dates, name
and telephone number of general contractor and owner representative.
3. Qualifications of Project Personnel. The name, qualifications, specific
work experience of key project personnel including the project manager, project
engineer, process design engineer and design engineers. An estimate as to the per­
centage of time these personnel would be available during the various phases of
the project shall be indicated.
These qualifications should indicate all projects worked on during the last 10
years and include the name of the project, dates, and specific items worked on.
Also, submit a list of alternative personnel available to work on the project should
any of the key personnel indicated be unavailable to work on this project. Please
submit qualifications and experience of alternative project personnel. Please
indicate the dale or dates after which proposed project team members will no
longer be available to work on the project. Resumes of other important project staff
may also be submitted.
To assist in the preparation of the statement of qualifications, a draft of the
Request for Proposal which defines the scope of work is available at the Gresham
City Hall, Engineering Division. The statement of qualifications will be evaluated
on the following criteria:
1. Qualifications and experience of team members to be assigned to this
project.
2. Date or dates al ter which proposed team members will not be available for
the project and the qualifications of alternative personnel.
3. Firm experience and quality of prior work.
Based upon the statements of qualifications, three to four of the most quali­
fied firms will be selected to submit detailed proposals.
Please contact Garry Ou, Sanitary Engineer, 669-2438, if more information
is needed. Please submit 5 copies of the Statement of Qualifications.
NON-DISCRIMINATION STATEMENT-The City of Gresham s programs,
serv ices, employment opportuniticsand volunteer positions are open to all persons
without regard to race, religion, color, national origin, sex, age, marital status,
handicap or political affiliation.
is requesting Sub Bids and/or
Material Quotations in
all disciplines of the work except
Division 2-Earthwork/Piling
Division 3-Concrete Work
Division 14-Elevators
Division 15-Fireprotection
Bid Date 9/28/90
Bidding documents may be viewed at plan centers in
Portland, Salem, Eugene, Seattle, Vancouver and
Hoffman Construction Main Office
1300 SW Sixth, P.O. Box 1300
Portland Oregon 97207
503-221-8811
Fax 503-221-8934
We are an equal opportunity employer and request Sub Bids from
Small, Minority, Women Owned and Disadvantaged
Business Enterprises
SUB-BIDS REQUESTED
Benton County Library Project
Bid Date: October 4,1990 @ 2:00 p.m.
PENCE KELLY CONSTRUCTION, INC.
655 17th St. S.E.
Salem,OR 97301
Phone:(503) 399-7223 (Salem)
Phone:(503) 224-8681 (Portland)
FAX: (503) 585-7477
We are an equal opportunity employer and request
Sub-Bids Irom small, minority, women owned and
disadvantaged business enterprises.
Place your advertisement in the
Portland Observer
Office# (503) 288-0033
Fax# (503) 288-0015
>
. fife J
^Advertising
^Employment
b Bids/Sub-Bids
' '
* • - W '* * *
gk1’
4
>