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.