I u g t 12 1 he P o rtla n d O bserxer - .N tncm ber 14, 199() i Portland Observer CLASSIFIEDS Rebid Notice to Contractors Project #3660 CITY OF SALEM, OREGON HOUSING AUTHORITY NOTICE TO CONTRACTORS INVITATION TO BID 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 Hail, 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 Oregon Builders Exchange Roseburg, Oreogn Josephine County Builders Exchange Grants Pass Oregon H.G.E., INC., 19 N.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 prior to 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 a grant 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 No. 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. By o rd e r o f the C ity o f B rookings. Fred hum m el M ayor CITY OF PORTLAND PORTLAND INTERNATIONAL RACEWAY MASTER PLAN Qualifications due Nov. 20 REQUEST FOR QUALIFICATIONS The Portland Bureau of Parks and Recreation will accept qualifications through Tuesday, November 20,1990, for professional services in support of formulation of a master Plan for Portland International Raceway. Specific services needed include analysis of the needs of the raceway in the general areas of safety, spectator facilities, utilities, major maintenance, noise compliance and capital improvement. Compensation will be based on the scope of services to be negotiated between the City and the firm which is selected to do the work. Specific submittal requirements are contained in the "Request for Qualifica­ tions" document which may be obtained by calling Fontaine Hagedorn, Bureau of Parks and Recreation, at (503) 796-5115. The City of Portland encourages participation of Minority/Women Owned Business Enterprises in its projects. s * 1989 C.I.A.P. PROJECT SIDING & ROOFING Advertising t# Employment Bids/Sub-Bids HOUSING AUTHORITY OF PORTLAND REHABILITATION OF SCATTERED SITE SINGLE FAMILY RESIDENCES PROJECT OR16-POO2-O49, PART C Separate sealed bids for the Housing Authority of the City of Salem will be re­ Sealed bids are requested for labor and materials to rehabilitate 17 vacant ceived by the City Recorder, Room 205, City Hall. Salem, Oregon 97301, until, but single family residences located at scattered sites in Portland, Oregon. Bids will be not after 11.00 a.m., standard time, December 12,1990, at which time said bids will received at the Housing Authority of Portland (HAP) Development Office, 135 S W be publicly opened and read aloud in the City Council Chambers, Room 240, City I Ash, Suite 400, Portland, OR, 97204 until 2:00 p.m., P.S.T., Decem ber'17,1990 Hall, for the project specified herein. Shortly thereafter, bids will be opened and publicly read. The attendance of bidders The "information for Bidders", form of "Bid Proposal", "Bid Bond” , Contract, [ is welcomed. and Performance & Payment Bond, Plans, Specifications, and other contract The work to be performed varies by site, but may include plumbing, electrical documents may be examined and obtained for a non-refundable fee of $20.00, roofing, painting, siding, window replacement, vinyl floor covering and other work made payable to the Salem Housing Authority, at the office of the Purchasing necessary to correct building code violations and to address deferred maintenance Supervisor, 555 Liberty St. S.E./Room 330, Salem, Oregon 97301-3503, phone conditions. (503)588-6136. Interested bidders may obtain one set of bid documents at the HAP Develop­ Work Description: ment Office Monday through Friday between 8:00 AM and 4:30 PM upon deposit of A) Livingston Village and Northgate Village: Exterior building renovation of $20.00 which is refundable if documents are returned in good condition within ten housing units to include composition roofing replacement, eave modifications, (10) days after bid opening. Additional sets of documents may be purchased for $ 15 wood siding replacement, downspout replacement and related work. | each , which is not refundable. B) Shelton Village: Exterior building renovation of housing units to include A HAP representative will conduct a pre-bid meeting and inspection tour of the composition roofing replacement, eave modifications, downspout replacement sites commencing at 8:30 AM November 26th at a designated project site. All sites and related work. not visited that day will be inspected the following day. The attendance of bidders is Each bid shall be accompanied by a Previous Participation Certification, Non- requested on pre-bid tours, and questions posed at that time, when not addressed Collusive Affidavit, and a certified check or bank draft, payable to the Salem Hous­ in the specifications, will be answered by Addendum and mailed to all bidders Pre­ ing Authority (SHA) or a satisfactory Bid Bond executed by the Bidder and a Surety bid site inspection schedules will be included with bid document packages. that is acceptable to the Federal Government, in an amount equal to ten percent The Housing Authority of Portland will require contractors to submit with their of the bid. bid, a Certificate of Compliance with the following minimum prequalifications: 1) that Bids must be submitted on the proposal forms furnished to bidders. Propos- the contractor is a general contractor licensed to perform the type of work specified | als shall be submitted in a sealed envelope plainly marked “ BID ON C.I.A.P. in the contract within the state of Oregon, 2) that the contractor will meet all PROJECT/SIDING & ROOFING - BID NO. 3801 ” , and show the name and busi­ performance bonding and insurance requirements specified in the contract docu­ ness address of the bidder. ments before issuance of the Notice to Proceed, and 3) that the contractor has A PRE-BID CONFERENCE will be held in the Conference Room, Administra­ received gross proceeds of at least two times the amount of his bid on this contract tion Office Building of the Housing Authority of theCity of Salem, 360 Church Street, from general contracting work performed overthe preceding 12 months. Verification S.E., Salem, Oregon at 9:00 a.m. on Monday, December 3,1990. A tour of the of prequalifications may be required before award of the contract, project sites, will follow the pre-bid conference. Entire pre-bid conference will last j No bid will be considered unless accompanied by the contractor's certification approximately two hours. of compliance with prequalifications and bid security in the form of certified check The Contract will be awarded on the basis of the base bid unless it overruns cashier’s check, or surety bond payable to "The Housing Authority of Portland” in the amount budgeted for this work. In the case of such overrun, deductible alter­ an amount equal to 5% of the bid. Bid security is forfeited as fixed and liquidated nates will be taken by the SHA in numerical order as they are listed to the extent damages should the bidder neglect or refuse to enter into contract or provide a necessary to come within the budgeted total. If there are no deductible alternates suitable bond for the faithful performance of the work and for payment of ail or taking all deductible alternates the resultant still exceeds the budgeted amount, I obligations incurred in performing the work when bidder is notified of contract award. ! the SHA reserves the right to reject all bids, or secure additional funds necessary Attention is called to the provisions for equal employment opportunity, insur­ to awarding the Contract. ance requirements, and the payment of not less than the minimum salaries and A surety bond, cashier's check, or certified check of the bidder in the amount wages as set forth in the Specifications. Payment of wages determined pursuant to of ten percent (10%) of the bid must be attached to each proposal as bid security. tne Davis-Bacon Act (40 U.S.C. 276a et seq.) is a requirement of this project. Any Unsuccessful bidders will have their security refunded to them when the contract State determined prevailing wage rate that exceeds the corresponding Federal rate has been awarded. | is inapplicable and shall not be enforced. The successful Bidder will be required to furnish and pay for satisfactory Per­ A minimum of 20% MBE participation in the execution of this work is a HAP formance and Payment Bond, in the full amount of the Contract. i Development goal and the methods the bidder proposes to meet this goal shall be Attention is called to the provisions for Equal Employment Opportunity, insur­ submitted on a notarized "Certification of MBE Participation” form which will become ance requirements, and the payment of not less than the minimum salaries and | part of the bid. wages as set forth in the Specifications. No bidder may withdraw bid after the hour set for opening thereof until after the Any prevailing wage rate (including basic hourly rate and any fringe benefits) I lapse of sixty (60) days from the bid opening. determined under State or tribal law to be prevailing with respect to any employee HAP may reject any bid not in compliance with the prescribed bidding proce- in any trade or position employed under the contract is inapplicable to the contract dures and requirements and may reject any or all bids and waive all informalities, if and shall not be enforced against the contractor or any subcontractor with respect in the judgment of HAP, it is in the public interest to do so. Questions regarding this to employees engaged under the contract whenever either of the following occurs: project should be directed to John Manson at 273-4511. (i) Such nonfederal prevailing wage rate exceeds (A) the applicable wage rate . NOTE: This project is 100% federally funded as part of a 4.17 million dollar determined by the Secretary of Labor pursuant to the Davis-Bacon Act (40 authorization obtained through the Department of Housing and Urban Development U.S.C.276a et seq.) to be prevailing in the locality with respect to such trade; (3) for a program to acquire and rehabilitate low-income housing. an applicable apprentice wage rate based thereon specified in an apprenticeship HOUSING AUTHORITY OF PORTLAND program registered with the Department of Labor or a DOL-recognized State Helen Barney Apprenticeship Agency; or (C) an applicable trainee wage rate based there on Director of Development specified i a DOL-certified trainee orogram; or (ii) Such nonfederal prevailing wage rate, exclusive of any fringe benet xceeds the applicable wage rate determined by the Secretary of HUD to be pr<. 'ing in the locality with respect to such trade or position. The Salem Housing Authority reserves the right to reject any or all bids, to waive formalities in the bidding and of postponing the award of the contract for thirty (30) days. Prices bid shall be firm for a period of 30 days after the closing date. No Bidder may withdraw his bid within thirty days after the bid opening. NOTE: This project is federally funded through the Department of Housing and urban Development and all requirements of that agency pertaining to bidding and contract performance shall be strictly adhered to. Inquiries concerning the contents of the bid specifications should be directed to Jerry Croft, Contract Administrator, Salem Housing Authority, at (503)588-6455. Gary Kanz, C.P.M. Purchasing Supervisor BID NO. 3801 CLOSING: December 12,1990 @11:00 a.m. SUB-BIDS REQUESTED FOR HEALTH SCIENCES BUILDING-NURSING Fire Protect ion/Millwork & Wood Door Portland, OR BID DATE: 11/19/90 at 2pm HOFFMAN CONSTRUCTION CO. OF OREGON P.O. Box 1300 Portland, OR 97201 (503)221-8811 F ax:(503) 221-8934 OR LICENSE #2 8 4 1 7 WE ARE AN EQUAL OPPORTUNITY EMPLOYER AND REQUEST SUB-BIDS FROM SMALL MINORITY OWNED AND DISADVANTAGED BUSINESS ENTERPRISES. Sub - Bids Requested Hamilton Hall Kitchen Alteration, Eugene, Oregon Bid Date 12/3/90 Time 4:00pm Lee Construction Co. P. O. Box 257 Eugene, Oregon 97440 Phone 503 - 683-3607 Fax 503 - 683-7364 CCB# 63579 We are an equal opportunity employer and request sub-bids from small minority owned and disadvantaged business enterprises ADVERTISEMENT FOR BID Sealed bids for the Dixon Aquatic Facility Expansion project will be received by the Oregon State Board of Higher Education until 2:00 PM, local time, December 11, 1990. Bids will be opened and publicly read aloud on December 12,1990, at 2:00 PM local time. Additional information may be obtained by contacting the OSU Physical Plant, Adams Hall, Corvallis, Oregon 97331-2001 or telephone 503-737-4921. PORTLAND OBSERVER Encourages you to join forces with your church and support a literacy program. NOTICE OF INVITATION FOR PRE-CONSTRUCTION CONFERENCE NEHEMIAH HOUSING OPPORTUNITY PROGRAM Northeast Community Development Corporation (NECDC) is seeking con­ struction firms interested in bidding on single-family housing rehabilitation and single-family housing new construction. All interested parties are invited to a pre-construction conference which will outline the specifics of the project and answer any questions pertaining to the project. General requirements for construction firms are to be licensed, insured and bondable. The pre-construction conference will be held, November 15,1990 at 1726 NE Alberta. If you have any questions, please contact Russell Dawson, Housing Development Director at 282-5482. RSVP requested by November 13,1990. ADVERTISEMENT FOR BID Sealed bids for the Langton Hall Pool Balcony Replacement project will be received by the Oregon State Board of Higher Education until 2:00 PM, local time, November 28,1990. Bids will be opened and publicly read aloud on November 29, 1990, at 2:00 PM local time. Additional information may be obtained by contacting the OSU Physical Plant, Adams Hall, Corvallis, Oregon 97331-2001 or telephone 503-737-4921.