Image provided by: University of Oregon Libraries; Eugene, OR
About Portland observer. (Portland, Or.) 1970-current | View Entire Issue (Oct. 31, 1990)
»• ■» ■/ V V * « * » • * • VVWW* •*•<!» • • » • ♦ w • W» » « * » * ■* * V V • Page 14—1 he Portland O b s e n e r- October 31, 1990 r - — Portland Observer ^Advertising Employment ss Bids/Sub-Bids Rebid Notice to Contractors Project #3660 INVITATION FOR BIDS Project No: HUD Modernization OR16P007904 Project Name:1990 Comprehensive Improvement Assistance Program I I Sealed bids for the 1990 Comprehensive Assistance Improvement Program (CIAP) Modernization Project Numbers: OR7-2. McEwen Homes. Athena: OR7-3, Bliss Homes, Hermiston and OR 7-4 Golden Manor, Hermiston, all located in the State of Oregon will be received at the offices of the Umatilla County Housing Authority, 1 55 SW 10th St., Hermiston, Oregon 97838 until 2:00 o'clock P.M. P.S.T. Tuesday, November 2 7 ,1 9 9 0 , and then at said office publicly opened and read aloud. A Pre-Bid Conference will be held at 10:00 A.M. P.S.T., Tuesday, November 1 3,1990, at the offices of the Umatilla County Housing Authority, 155 S.W. 10th St., Hermiston, Oregon, 97838. Attendance is MANDATORY for all General Contrac tors, and is highly recommended for subcontractors. A list of those attending will be oubiished by addenda and will form the approved General Contractor Bidders list. The Information for Bidders, form of Bid Proposal, Bid Bond, Contract, and Per formance Payment Bond, Plans, Specifications, and other contract documents may be examined at the follow ing plan centers: 1. Plan Review Center Pendleton, Oregon 2. Blue Mountain Plan Center Walla Walla, Washington 3. Dodge/SCAN Seattle, Washington 4. Intermountain Contractor Boise, Idaho 5. Spokane Construction Council Spokane, Washington 6. Tri-City Construction Council Kennewick, Washington 7. Builders’ Exchange Cooperative Portland, Oregon 8. Construction Data Plan Center Portland, Oregon 9. Central Oregon Builders Exchange Bend, Oregon 10. Daily Journal of Commerce Portland, Oregon Copies of these documents may be obtained from the UCHA at their offices at 155 S.W 10th St., Hermiston, Oregon, 97838, by depositing $50.00 for each set. One set t ach of the documents will be issued to General Contractors, Mechanical and Electrical subcontractors only. Others may view the documents at the listed Plan Centers. Said deposit will be refunded to each person who returns such documents in good condition within ten days after the bid opening. Each bid shall be accompanied by Previous Participation Certification, Non- Collusive Affidavit, and a certified check or bank draft, payable to the Umatilla County Housing Authority, or U.S. Government bonds, or a satisfactory Bid bond executed by the Bidder and a Surety that is acceptable to the Federal Government, in an amount equal to five (5%) percent of the bid. The contract will be awarded on the basis of the base bid unless it overruns the amount budgeted for this work. In the case of such overrun, deductible alternates will be taken by the LHA in numerical order as they are listed to the extent necessary to come within the budgeted total. If there are no deductible alternates or taking all deductible alternates, the resultant still exceeds the budgeted amount, the LHA re serves the right to reject all bids, or to secure additional funds necessary to awarding the contract. If the total amount of the bid exceeds $25,000, the successful Bidder will be required to furnish and pay for satisfactory Performance and Payment Bond or separate performance and payment bonds, each for 50% or more of the contract price, or a 20% cash escrow or a 25% irrevocable letter of credit. Attention is called to the previsions for equal employment opportunity, insur ance requirements, and the payment of not less than the minimum salaries and wages as set forth in the Specifications. Any prevailing wage rate (including basic hourly rate and any fringe benefits) determined under State law to be prevailing with respect to an employee in any trade or position employed under the contract is inapplicable to the contract and shall not be enforced against the contractor or any subcontractor with respect to employees engaged under the contract whenever either of the following occurs: (i) Such non-federal prevailing wage rate exceeds (A) the applicable wage rate determined by the Secretary of Labor pursuant to the Davis-Bacon Act (40 U.S.C. 276a et seq.) to be prevailing in the locality with respect to such trade; (B) an ap plicable apprentice wage rate based thereon specified in an apprenticeship pro gram registered with the Department of Labor or a DOL-recognized State Aopren- ticeship Agency; or (C) an applicable trainee wage rate based thereon specified in a DOL-certified trainee program; or (ii) Such non-federal prevailing wage rate, ex clusive of any fringe benefits, exceeds the applicable wage rate determined by the Secretary of HUD to be prevailing in the locality with respect to such trade or po sition. The Umatilla County Housing Authority reserves the right to reject any or all bids, or to waive any informalities in the bidding. No Bidder may withdraw his bid within thirty days after the date of bid opening. Sealed bids for the construction of Wastewater Pump Stations for the City of Brookings, Curry County, Oregon, will be received by the City until 1:00 P.M., on November 30,1990. Bids submitted prior to the opening are to be delivered to City Hall, 898 Elk Drive, Brookings, Oregon 97415. Bid opening will be conducted at the City Hall and publicly opened and read aloud. The project includes five (5) various sized sewage pumping stations. This in cludes mechanical and electrical equipment and wood structures. Plans and specifications may be seen at the office of H.G.E., INC., Engineers and Planners, 375 Park Avenue, Coos Bay, Oregon 97420, and at the following locations: Bay Area Plan Exchange Coos Bay, Oregon Medford Builders Exchange Medford, Oregon Eugene Builders Exchange Eugene, Oregon Roseburg, Oreogn Oregon Builders Exchange Josephine County Builders Exchange Grants Pass Oregon H.G.E., INC., 19N.W . Fifth Avenue Portland, Oreogn Construction Data Portland, Oregon Builders Plan Exchange Portland, Oreogn DJC Plan Center Portland, Oregon Brookings City Hall Brookings, Oreogn Dodge Scan Reports Seattle, Washington One copy may be obtained by prequalified prospective bidders upon receipt of cash or check in the amount of $50.00 made payable to the Engineer. Deposit made upon procurement of drawings, specifications, and forms of contract docu ments will be non-refundable. Individual sheets and specification pages may be purchased for the cost of reproduction: Drawings, $2.00 per sheet; Specification pages, $0.25 per page. Bidders must prequalify with Owner, on Standard Oregon Review Board Pre- qualificaiton Forms, ten (10) days priorto bid opening. Disqualification statements shall be issued not later than 4 days before bid opening by the Owner. Prequali- ficaiton forms may be obtained from the Engineer and should be submitted to the Owner via the Engineer and is not over one year old, refiling is not necessary un less there has been a substantial change in Contractor’s status. No bid will be considered unless fully completed in the manner provided in the "Instructions to Bidders" upon the bid form provided by the Engineer and accom panied by a bid bond executed in favor of the City of Brookings in an amount not less than ten percent (10%) of the total amount of the bid. Bid bond is to be forfeited as a fixed and liquidated damage should the bidder neglect or refuse to enter into a contract and provide suitable bond for the faithful performance of the work in the event the contract is awarded him. funds for the improvements are available, and monthly payments will be made by check. Any contract award under this Invitation to Bid is expected to be funded in part by agrant from the United States Environmental Protection Agency (EPA). Neither the United States nor any of its departments, agencies, or employees is or will be a party to this Invitation to Bid or any resulting contract. This procurement will be subject to regulations contained in Part 33 Procurement Under Assistance Agree ments. Bidders on this work will be required to comply with the provisions of the Presi dent’s Executive Order N o.11246 concerning equal employment opportunity, including all amendments and requirements issued thereunder. The requirements for Bidders and Contractors under this Order are explained in the Contract Documents. The attention of Bidders is directed to the requirements and conditions of em ployment to be observed and minimum rates to be paid under the Contract. The Bidder shall comply with provisions of the Davis-Bacon Act (40 U.S.C. 276a) for this public work project. The Bidder’s attention is directed to the provisions of these Contracts that re lated to the utilization of small, minority, and women business enterprises during the performance period of the Contract. The following goals are set for this Con tract: 1. Eight percent of the dollar amount of the construction services and/or supply services is to be performed by minority subcontractors and/or minority suppliers. 2. Four percent of the dollar amount of the construction services and/or supply services is to be performed by women subcontractors and/or women suppliers. Prior to Award of Contract, EPA will review the Proposals with respect to the Bidder’s degree of compliance with the above goals; a low Bidder who has not achieved these goals must demonstrate to the satisfaction of the Director, Office of Civil Rights and Urban Affairs, EPA Region 10, that the goals are not attainable on the Contract work. Before a Contract will be awarded, compliance with all EPA requirements specified in the Contract Documents will be subject to EPA review and approval. No bid will be received or considered by the City of Brookings or any officer thereof unless the bid contains a statement by the bidder as a part of his bid that the provisions required by ORS 279.350 shall be included in this Contract. The City of Brookings reserves the right to reject any or all bids and to waive all informalities. No bidder may withdraw his bid after the hour set for the opening and thereafter until after the lapse of sixty (60) days from the bid opening. PORTLAND I | until 4:00 p.m., Pacific Standard Time (PST) on November 19,1990, at 1120 S.W. Fifth Avenue, Suite 1100, Portland, Oregon 97204-1968, at which time and place all Bids will be publicly opened and read aloud. A prebid conference will be held on November 7 ,1 9 9 0 ,2 :0 0 pm at the Portland Development Commission o f fice. The jobsite tour will be held on Novmeber 1 4 ,19901:30 pm starting on the south side of the intersection of Airport Way and Holman Street. Contract Documents, including Drawings and Specifications, are on file at the office of the Portland Development Commission, at 1120 S.W. Fifth Avenue, Suite 1102, Portland, Oregon 97204-1968. Inquiries should be directed to Larry Roberts @ 228-6320. Copies of the Contract Documents may be obtained at the Portland Develop ment Commission, by depositing $100.00 for each set of documents so obtained. Each such deposit will be refunded if the Drawings and Contract Documents are returned, unmarked and in good condition within ten (10) days after the Bid Open ing. All bidders must comply with the provision of Chapter 279, Oregon Revised Statutes, relating to the qualification of bidders. The bidder’s prequalification state ments shall be prepared and presented on the City of Portland Prequalification Application and filed with the Portland City Engineer not later than nine (9) business days prior to the bid opening time for classifications suitable, in the Commission’s opinion, for this work. A certified check or bank draft, payable to the order of the Portland Develop ment Com mission, negotiable U.S. Government Bonds (at par value), or a satisfac tory Bid Bond executed by the Bidder and an acceptable Surety, in an amount equal to ten percent (10%) of the total Bid shall be submitted with each Bid. The successful Bidder will be required to furnish and pay for satisfactory Per formance and Payment Bond or Bonds. 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 the Project, and that the Contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or national origin, and that the Contractor must comply with all provisions required by ORS 279.348 through ORS 279.365. The Portland Development Commission is committed to acting affirmatively to encourage and facilitate the participation of Emerging Small Businesses (ESB), Minority Business Enterprises (MBE), and Women Business Enterprise (WBE) in Commission projects and operations. Responsible bidders must comply with estab lished goals in this project as contained in attachment 1 to these bid documents. The Portland Development Commission reserves the sole right to reject any or all bids or to waive any informalities in the bidding. Bids may be held by the Portland Development Commission for a period not to exceed forty-five (45) days from the date of the opening of bids for the purpose of reviewing the bids and investigating the qualification of the bidders prior to awarding the contract. Bidders shall be certified as an EEO Affirmative Action Employer as prescribed by Chapter 3.100 of the Code of the City of Portland. Portland Development Commission MULTNOMAH EDUCATION SERVICE DISTRICT INVITATIONS FOR BIDS to furnish VARIOUS SUPPLIES Bids are solicited to furnish various supplies for this agency’s Co-operative Purchasing program. Bids will be received by Michael Mlynarczyk, Purchasing Agent, at 11611 NE Ainsworth Circle (PO Box 301039, Zip 97220-1039), Portland, Oregon 97220-9097 (Phone: 503-257-1791) until no later than 4:00 pm, Pacific Standard Time, November 29,1 9 9 0 for: (1) Food, Cafe & Kitchen Products, IFB #015-90-171, (2) Lamps: Fluorescent, High-Intensity Gas Discharge, Incandescent and Photo/A-V, IFB #015-90-172, and (3) Carbonless Multiple Copy Paper, IFB #015-90-173 at which time and address the bids will be publicly opened, but the bid items and prices will not be read aloud. The successful bidder will not be required to be licensed for asbestos abate ment under section 7 of ORS 468.883. Specifications may be obtained at the above office. Each bid must contain a statement as to whether or not the bidder is a resident bidder as defined in ORS 279.029. The District 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 agency it is in the public interest to do so. No bid will be considered that is received after the appointed date and time. TILLAMOOK COUNTY COURTHOUSE HANDICAPPED ACCESS By order of the City of Brookings. Fred Hummel Mayor Charles A. Arvidson Executive Director Date: 10/12/90 ADVERTISEMENT Solicitation No. 91*008 The Portland Development Commission w ill receive sealed Bids for: Airport Way Phase I Landscaping City of Portland, OREGON. NOTICE TO CONTRACTORS Umatilla County Housing Authority INFORMATIONAL INVITATION FOR BIDS NOTICE OF INTENT TO HIRE CONSULTING ENGINEER Notice is hereby given that the Tillamook County Board of Commissioners is re questing a "Statement of Qualifications" from interested architectural/engineering firms for consulting services necessary for the preliminary engineering of the "Courthouse Handicapped Access” project. Services required include on -site investigations, architectural drawings, con struction blueprints, written specifications and construction cost estimates as necessary for construction of a Courthouse elevator, renovations of two Court house bathrooms and handicapped parking, all as required for handicapped acces sibility and use. The preliminary engineering is to be funded by Tillamook County. All consult ants’ work must be in accordance with AIA standards and in compliance with all State, Federal and local laws and regulations governing handicapped accessibility and use. Consulting engineering firms interested in this project should obtain the "Request for Qualifications” document from the tillamook County Commissioners' office, 201 Laurel Avenue, Tillamook, OR 97141, (Telephone: 503-842-3403). For a firm to be considered, their "Statement of Qualifications" must be submitted to the Board of Commissioners at the above address by November 15, 1990. Tillamook County shall select several consultants deemed to be most qualified and request that those firms submit project proposals for the actual work. Request for Services PUBLIC SCHOOLS CALL FOR BIDS Sealed bids w ill be received u n til 1:00 p.m. on the d a te s in d ic a te d in th e P u rch a sin g D epartm ent, Multnomah County School D is t r ic t #1J, 501 N. Dixon, P ortland, Oregon fo r the items lis t e d herein: BID FILING DATE BID TITLE Nov. 13, 1990 Xerographic Paper For Warehouse Stock. 1991-92 Nov. 20, 1990 Lamp Supplies And Equipment For W ehouse Stock, 1991-92 Forma, announcement, d e ta ile d s p e c ific a tio n s and bidding document may be obtained a t the above address. For a d d itio n a l in fo rm a tio n, please contact M. J. Hutchens, D ir. o f Purchasing, 249-2000, Ext. 581. Film Prep: Complete film work including 4 /color separations and stripping. Printing: Offset press requirement of four units for process color on coated stock. Bindery: Diecutting, scoring, folding, collating, custom box making. DBE/WBE: Encouraged to respond. Please send capabilities/cquipment list and three representative samples to Borders, Perrin & Norrander, 222 SW Yamhill Street, Portland, Oregon 97204, Attention: Produc tion Department. .» » A « .« •* * ■4> ' " eetub* * ' '■ ■ ', ■' ». * * * * * * * r ■- Yr • 1 ♦ <• _* *• £ * i ■» 5 1 ? *v* ‘