Portland observer. (Portland, Or.) 1970-current, January 23, 1991, 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.

    January 23,1991 -T h e Portland O b s e rv e r-Page 9
I Portland Observer
CLASSIFIEDS
NOTICE TO CONTRACTORS
1990/91 C.D.B.G. WATERLINE PROJECT 4125
S.E. JUNIPER COURT
AND
S.E. 7TH STREET
AND
S.E. VISTA AVENUE
Sealed proposals will be received by the City Engineer, at the City Hall, 1333 N.W,
Eastman Parkway, Gresham, Oregon 97030, until Thursday, February 7,1991, a
10.00 a.m., Pacific Standard Time, at which time they will be opened for the
construction of the 1990/91 C.D.B.G. WATERLINE PROJECT 4125.
The major quantities involved are as follows:
1356
L.F.
12" D.l. Pipe, Class 52, in place
1499
L.F.
8" D.l. pipe, Class 52, in place
6800
Lbs.
Fittings
4
Each
12" Butterfly valve
7
Each
8" res. seat gate valve
44
Each
3/4" Copper services
1200
S.Y.
A.C. Pavement cut and repair
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 specifications therefor.
Plans and specifications may be examined at the office of the Gresham City Engi
neer, 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 street, waterline, and storm drainage construction
with the City of Gresham, as required by the laws of the State 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
□resharn, addressed and mailed or delivered to the Engineering Division, City of
Gresham, in a sealed envelope plainly marked, "SEALED BID ON 1990/91
3.D.B.G. WATERLINE PROJECT 4125" bearing the name and address of the
oidder. Each bid must be accompanied by a certified check, cashier’s check or bid
bond in an 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.
•n determining the lowest responsible bidder, the public contracting agency shall,
orthe purpose of awarding the contract, add a percent increase on the bid of a non­
resident bidder equal to the percent, if any, of the preference given to that bidder in
le state in which the bidder resides.
Each bid must contain a statement by the bidder that the provisions of ORS 279.350
will be complied with.
:ach bidder must file with his bid an affidavit of non-collusion,
he City of Gresham reserves the right to reject any and/or all bids, waive Informan­
ts or to accept any bid which appears to serve the best interests of the City,
he City of Gresham is an equal opportunity employer.
Y THE ORDER OF THE CITY COUNCIL
••
•
1333 N.W. Eastman Parkway
Gresham, Oregon 97030
w n j \zi u a iiiv M iv u iiu , ¥V do lllliylU lI
Wastewater Transmission System
Schedule A • Pump Station / Equalization / Detention
Invitation To Bid
Construction of the Schedule A - Pump Statlon/Equalization/Detention of the Battle
Ground - Clark County Wastewater Transmission System.
The work consists of construction of:
1.. Sanitary Sewer Pump Station and a portion of the Force Main.
2. Equalization Basin.
3. Modification to existing Pump Station.
4. Gravity wastewater piping. Automated valves in vaults, water lines. Low
pressure seration systems, system controls, and modifications to existing plant
head works and sludge pumping.
5. Restoration of construction area and hydroseeding, and project clean-up.
The bids will be publicly opened and read at 2:00 p. m. on the date stated hereinbe­
fore in the Battle Ground Police-Fire Complex, 701 W. Main.
A contract awarded under this Invitation to Bid is partially financed through the Community
Development Block Grant Program with funds obtained from the U.S. Department of
Housing and Urban Development. The contract will be subject to regulations of the De­
partments of Labor and Housing and Urban Development. Attention is called to Federal
provisions for Equal Employment Opportunity, HUD Section 3 requirements, and the
minimum wages as set forth in the Project Specifications. The project is also partially
funded by the State of Washington Department of Ecology, and will be subject to the
Department's requirements set forth in the Project Specifications. Neither the United
States nor any of its departments, agencies, or employees or the State of Washington is
or will be, a party to this Invitation to Bid or any resulting contract. This procurement will
be subject to regulations contained in 40CFR33. Accordingly, the Contract contains
certain Federal conditions including the following:
1. Schedule of Wage Determinations by the Secretary of Labor. The success­
ful bidders shall pay not less than the minimum hourly wages required by said
Schedule of Wage Determinations to be paid to the various laborers and
mechanics employed directly upon the site of the work, and in case of conflict with
the prevailing rates adopted by the State, the higher rate shall be paid. In the
event that any change in the above rates is made within ten days prior to date of
receipt of bids, said changed rates shall apply to this public project without
adjustment in bid prices.
2. This project is subject to the federal construction grant conditions outlined in
those regulations and labor standards provisions for federally-assisted construc­
tion contracts as outlined in the project specifications.
3. Bidders on this work will be required to comply with the President's Executive
Order 11246 (Equal Employment Opportunity). The requirements for bidders
and contractors under this order are explained in the Federal Requirements
SUB-BIDS REQUESTED
Elevator bid package
The State of Oregon
Human Recources Building, Salem Oregon
Bid Date: January 31,1991
HOFFMAN CONSTRUCTION COMPANY OF OREGON
The Oregon Department of Transportation, Highway Division, is seeking propos­
als from qualified consultants to conduct field job control and acceptance sampling
and testing of highway construction materials. The successful consultant will enter
into a flexible services contract. The Division’s Project Manager will assign work on
an as needed basis. The contract will be written for two years with a maximum fee
of $75,000.
If you are interested in being considered, a Request for Proposals can be obtained
by calling or writing Program Section, 307 transportation Building, Salem, OR
97310; telephone (503) 378-6563. Statement of Proposals are due February 1,
1991.
1300 SW 6TH AveP.O . Box 1300
Portland, Oregon 97207
Oregon License #28417
B id phone: 503-221-8811 Fax:503-221-8934
We are an equal opportunity employer and request sub-bids from disadvan­
taged, minority, women or emerging small business enterprises
For The
Procurement Of One Or More Special Waste Facilities
The Metropolitan Service District (Metro) is requesting information for procurement of one
or more special waste facilities. A copy of the Request for information may be obtained
by calling Steve Kraten, Project Manager, at 221 -1646 or they may be picked up at the
Metro Solid waste Deaprtment, Room 310,2000 SW First Avenue, Portland, OR 97201.
Information must be received by 3:00 p. m. PST, February 28,1991.
SUB-BIDS REQUESTED
For Demolition Bid Package
The State of Oregon Human Resources Building
Salem, Oregon
Bid Date: January 31,1991
Mandatory Pre-Bid Conference
Friday January 25,1991 10:00 AM
At The Jobsite
HOFFMAN CONSTRUCTION COMPANY OF OREGON
1300 SW 6th Ave. P.O. Box 1300
Portland, Oregon 97207
Oregon License #28417
Bid phone :(503) 221-8811 FAX Number (503) 221 -8934
We are an equal opportunity employer and request sub-bids from disadvan­
taged, minority, women or emerging small business enterprises.
CITY OF PORTLAND
INVITATION FOR PROPOSALS
S u b -B id s R eq uested
PROPOSALS DUE 2:00 P.M. ON VARIOUS DATES
Shriners Hospital Remodel and Addition
Bid Package #3 - Architectural Finishes
Mechanical and Electrical Bidders Pre-Approved
Sealed bids Only - No telephone bids accepted
Bid Date: February 7,1991 @ 2:00 P.M.
Sealed Proposals will be received at the Bureau of Purchases and Stores, Room
1313, Portland Building, 1120 SW Fifth Ave., Portland, OR 97204 for the Projects
detailed below until 2:00 p.m. on the dates indicated.
Plans and Specifications may be obtained at the above address. For additional in­
formation, telephone Buyer at number listed.
Unless other wise stated in the individual proposals listed herein, no proposal or bid
will be considered unless accompanied by a bid surety for an amount no less than
ten percent (10%) of the aggregate amount of the proposal.
The City encourages MBEs and FBEs and will assist such firms to understand and
participate in formal bidding process.
NON-DISCRIMINATION: No proposal or bid will be considered unless the bidder
is certified as an EEO Affirmative action Employer as prescribed by Chapter 3.100
of the Code of Portland.
PROPOSAL
NO.
86
C-9744
87
DESCRIPTION
Alameda Park Phase II Sewer Replacement.
Call Michele Ackerman, 796-6854.
Prequalification in Class 8-Sewer Lines
Required.
Montavilla Sanitary Sewer. Call Michele
Ackerman, 796-6854. Prequalification in
Class 8-Sewer Lines Required.
Heron Lake Golf Clubhouse Addition. Call
Susan Housser, 796-6853. Prequalification
In Class 36-Special Buildings Required.
OPENING DATE
Andersen Construction Co., Inc.
P.O. Box 6712
Portland, Or. 97217
(503)283-6712 Fax:(503)283-3607
We are an equal opportunity employer and request sub-bids from disadvan­
taged, minority, women, and emerging small business enterprises
Oregon contractor’s Board Registration #630532
REQUEST FOR
SUBCONTRACTOR/SUPPLIER BIDS
Oregon State Board of Higher Education: Oregon State University, Corvallis, OR.
Cordley Hall Chiller Replacement. The bid date is January 29,1991, 2:00 p.m. The
1/29/91
2/7/91
project includes installation of an owned-fumished 400tn (nominal) centrifugal chiller to
replace an existing failing 375n absorption chiller.
Morris P. Kielty General Contractor, Inc. is an equal opportunity employer and requests
sub-bids from qualified minority, women-owned and disadvantaged business enterprises
and emerging small business enterprises. For additional information please call:
Morris P. Kielty General Contractor, Inc.
1/31/91
A pre-bid conference for all prospective bidders will be held at 1:30 p. m. on Feb. 15,1991
in the Battle Ground Police/Fire Complex at which time the Federal Requirements, Afffirma
tive Action Requirements will be explained. Bids of firms not in attendance at the pre-bic
conference may be rejected as non-responsive.
Each bid shall be accompanied by a Bid Guaranty Bond, Cashier's or Certified Check made
1.01 NOTICE. Notice is hereby given that sealed proposals will be received by the City
of Battle Ground City Clerk located at City Hall, 400 East Main Street, P. O. Box 37, Battle
Ground, Washington 98604, until 1:30 p.m. on Feb. 27,1991 for performing work as
follows:
NOTICE OF INTENT
Advertisement For
Request For Information
& Advertising
»Employment
» Bids/Sub-Bids
301 Monroe Street
Eugene, Oregon 97402
(503) 687-2287
payable to the order of the City of Battle Ground Treasurer, amounting to five percent (5%)
of the bid, as indicated in the Instruction to Bidders.
City of Battle Ground reserves the right to reject any and all bids or to waive any irregularities
or informalities in any bid or in the bidding.
Each bid shall be in accordance with the Contract-Legal Documents and Specifications,
Contract Drawings and other Comtract Documents now on file at the office of the City Clerk.
Purchase copies of Plans a r4 Specifications from the City Clerk as follows:
Project Manual.........................$35.00 Each *
Contact Drawings/Half-Scale Set...... $15.00 Each *
Contract Drawings/Full-Scale Set..... $20.00 Each *
Postage and/or Handling Fee...........$15.00 Each Set (Non-Refundable)
‘ Cost of Documents will be returned, to Bidders only, if the Documents are returned, in good
condition, to the City Clerk within 10 days after bid opening. Postage/Handling fee will not
be refunded.
Informetional copies of drawings and project manual will be placed on file at the following
locations:
• City of Battle Ground City Hall
• Daily Journal of Commerce Plans Center, Portland,
Oregon
• Southwest Washington Contractors Association Office,
Vancouver, Washington
• Associated General Contractors of America of Washington
Plan Service, Seattle, Washington
1.02 PERTINENT TIME CONSTRAINTS
A. Requests for interpretation of the Contract Documents shall be submitted to
the Owner not later than the fifth day preceding the date ofbid openings.
B. No addendum will be issued to bidders after the third day preceding the date
set for receipt of bids.
C. The Notice of Award may be withheld for a period of 45 days after the date
of opening and all bidders agree to be bound by their bid until the expiration of the
45-day period
of time.
D. The successful bidder shall execute the Contract Agreement within fifteen
(15) days after written notice that the Contract has been awarded.
E. The Notice to Proceed may be withheld for a period of 30 days after the date
the contract is executed.
F. The Contractor shall start work within 15 days after the date of the Notice to
proceed.
G. The work is to be completed within 270 consecutive calendar days.
H. Partial payment cutoff date is set for the 15th of each month.
By Judie Kastner, City Clerk
ADVERTISEMENT FOR BIDS
FOR THE PRIMATE BUILDING ROOF REPLACEMENT
METRO WASHINGTON PARK ZOO, FACILITIES
MANAGMENT DIVISION
The Metropolitan Service District (Metro) is soliciting bids for the Primate Building
Roof replacement at the Metro Washington Park Zoo. Sealed bids must be
delivered to the Metro Washington Park Zoo, 4001 SW Canyon Road, Portland,
OR 97221, to the attention of Dr. A.M. Rich, Assistant Zoo Director, no later than
3:30 p.m. PST, On M onday, F ebruary 18,1991, at which time they will be publicly
opened in the Facilities Management Division Lunchroom. Bid envelopes must be
clearly marked as Bid: PRIMATE BUILDING ROOF REPLACEMENT, METRO
WASHINGTON PARK ZOO, ATTENTION: A.M. RICH. If Bids are delivered earlier
they must be delivered to Dr. Rich at the Zoo Administration Building.
Metro has made a strong commitment to provide maximum opportunities to Dis­
advantaged and Women-owned Business In contracting. The successful bidder,
if choosing to subcontract portlo ns f or this project, will be required to meet the goals
or demonstrate good faith efforts to meet Metro’s Disadvantaged Business pro­
gram goals.
Bidding documents, including Drawings and Specifications depicting the Work,
may be examined after Tuesday, January 22,1991, at Metro Washington Park
Zoo, Facilities Management Division, 4001 SW Canyon Road, Portland, Oregon,
Monday through Friday between the hours of 9:00 a.m. and 4:30 p.m. Copies of the
Bidding Documents can be obtained from the Salem office. Potential Bidders may
contact Jim Moeller, Facilities Management Division Project Coordinator, Metro
Washington Park Zoo, Facilities Management Division at (503) 220-2491 for ad­
ditional information.
No bid will be received or considered by Metro unless the bid contains a statement
by the Bidder that the provisions of ORS 279.350, regarding prevailing wage rates,
are to be complied with.
Each bid must contain a statement as to whether the bidder Is a resident bidder,
as defined In ORS 279.029.
Pursuant to ORS 701.055, all general and specialty construction contractors must
have a valid Certificate of Registration with the Construction Board In order to
submit a bid or offer to undertake any construction work in the State of Oregon. The
provision of ORS 279, relative to prevailing wage rates, bid security (bid bond,
cashier’s check, certified check, or savings and loan second check) and perform ­
ance bond requirements apply. Bidders and Subcontractors may need to be
licensed under ORS 468.883 (regarding licensing of contractors on projects In­
volving asbestos abatement).
Metro may reject any bid not In compliance with all prescribed public bidding pro­
cedures and requirements and may reject for good cause any or all bids upon a
finding of Metro that It Is In the public Interest to do so. A Pre-Bid Conference will
be conducted M onday, F ebruary 4,1991, at 9:00 a.m. PST at Metro Washington
Park Zoo, Facilities Managment Division, In the FM division Lunchroom through
Gate A, 4001 SW Canyon Road, Portland, Oregon.
SUB-BIDS REQUESTED
Oregon State University
Benton Hall Room 303 Renovation Project
Bids: 22 January 1991 2:00 p.m.
Cordley Hall Chiller Replacement Program
Bids: 29 January 1991 2:00 p.m.
Merle Doty and Son, Inc.
1656 NW 13th Street
Corvallis, Oregon 97330
Phone 752-4550
FAX 757-1435
We are an equal opportunity employer and request sub-bids from small business, minor­
ity and women-owned business and disadvantaged business enterprises.