Portland observer. (Portland, Or.) 1970-current, October 31, 1990, Page 14, Image 14

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

    »• ■» ■/ 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* ‘