Portland observer. (Portland, Or.) 1970-current, May 12, 1993, Page 18, Image 18

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

    M ay 1 2 , 1 9 9 3 • T he P ortland O bserver
P age
B IO
Multnomah County
Bid NO. B61-700-7692
Project Weatherization Vendors: Major Measures
Bids received until 2:00 P.M. on June 1,1993
City Of Portland
Columbia South Shore
Hazardous Materials Containment Facilities
Design Handbook
Sealed bids will be publicly opened and read at 2 ;15 P.M
the same day, by Multnomah County Purchasing, 2505
S E. 11th Ave., Portland, Oregon for Multnomah County
Housing and Community Services Division, Weatheriza­
tion Program is seeking to receive bids and qualify contrac­
tors to weatherize low income residential structures (single
and multi-family). The county releases work orders for
individual jobs based on lowest responsive and responsible
bid Contractors may submit bids for any or all of the
specified work items. Qualified contractor list will be renew­
able annually through June 30, 1996. Only contractors
submitting a bid and qualifying may receive weatherization
work from this program.
Plans and specifications are filed with Multnomah County
Purchasing and copies may be obtained from the above
The existing handbook describes the facilities required or
recommended in the Columbia South Shore Plan District to
protect the underlying groundwater systems. The concepts
may be applied at location outside the South Shore Area
where the release of hazardous materials could threaten the
City’s groundwater supply.
The handbook contains a mix of design and performance
requirements. Currently the primary requirement is com­
plete containment of runoff within the portion of the site
containing hazardous materials and reliable runoff deten-
tion to allow clean-up before containments reach surface
and/or ground water system. This is no longer adequate and
the hazardous materials containment program will be re­
evaluated and the handbook revised.
The City of Portland requests Statements of Qualifications
(SOQ) from firms with expertise in the following areas:
• local, state, and federal standards, laws, and regula­
tions covering the use, storage, handling, and trans­
portation of hazardous materials.
• design and construction of hazardous materials con­
tainment facilities.
• design and construction of surface water quality facili­
ties and familiarity with non-point source pollution.
• em ergency hazardous m aterials response and
address.
PRE-BID CONFERENCE: MANDATORY: May 17, 1993,
1:00 P.M. Human Solutions, Inc., Large Conference Room,
2900 S.E. 122nd Ave, Portland, Oregon, May 20, 1993,
1:00 P.M., YWCA Meeting Room, 8010 N. Charleston,
Portland, Oregon.
PREQUALIFICATIONS OF BIDDERS Pursuant to the
Multnomah County Public Contract Review Board Admin­
istrative Rules (AR.40.030) Prequalification shall not be
required for this project.
All bidders must comply with the requirements of the
prevailing wage law ORS. 279.350 where applicable.
clean-up
• risk assessments and cost-benefit analysis.
Applicants should also be familiar with the City of Portland's
permitting and review process, environmental engineering,
non-point source pollution and stormwatertreatment, ground
water hydrology, construction engineering, experience with
under ground-storage tanks and the LIST program, eco­
nomic analysis, ground water/surface water interactions
and the City of Portland s Well-Field Protection Program.
Details of compliance are available from Multnomah County
Purchasing, 2505 S.E. 11 th Ave. Portland, Oregon, 97202,
248-5111, by contacting Jan M. Thompson.
Contractors and sub contractors must be licensed for
asbestos abatement work if the project involves working
with asbestos.
Multnomah County reserves the right to reject any and all
The SOQ must include:
1. Name of firm, year established, size of staff and type
of services qualified to perform.
2 Descriptions of recent projects prepared by the firm
which are similiar to those recommended in the
Columbia South Shore Hazardous Materials Con­
tainment Facilities Design Handbook.
3 A proposed project team organization chart and
paragraph resumes of key staff members who would
be available to work on the project, with emphasis on
recent experience and roles in similar projects.
4. Indicate participation from qualified disadvantaged
owned businesses.
5. Provide similiar information to above for any pro­
posed subconsultants.
6. The SOQ should not exceed 10 sheets of paper (use
both sides) including dividers, figures, charts, tables
or other diagrams. Detailed resumes may be included
in an appendix.
Interested firms shall provide six (6) copies of SOQ to the
Project Manager, Eric Machorro, no later than 12:00pm.
May 21, 1993 to the Bureau of Environmental Services,
1120 SW 5th Ave Rm 400, OR 97204. To obtain an
information packet, contact Betty Murray at (503) 823-7213.
The City especially encourages SOQ from qualified disad­
vantaged (minority/female) owner businesses. Applicants
submitting qualifications should note that Equal Employ­
ment Opportunity certification with the city of Portland is
necessary for submission as outlined in Chapter 3.100 of
the City Code. Certification requirements are available from
the Bureau of Purchases and Stores, 1129 SW 5th Ave.,
Room 1313, Portland, OR 97204, phone (503) 823-6855.
Request For Proposal
C-TRAN is accepting proposals from DBE firms interested
in providing Pre-Award/Post Delivery Audit Services on five
(5) 23’-25’ vehicles. This Federally funded project has been
determined a set-aside for firms that qualify as Disadvan­
taged Business Enterprises. Requests for Proposals may
be obtained from C-TRAN, PO Box 2529, Vancouver,
Washington, 98668-2529, (206) 696-4494.
Sealed proposals will be accepted until 2:00 p.m., Local
Time, Tuesday, June 1, 1993.
Subcontractors And Material Suppliers
Prequalification Requested
Project: PDX-Airport Terminal Expansion North
• Delta Tenant Improvements
Prequalification Deadline: 6/1/93
Prequalification by mail only, forms available at:
Contractors' Jobsite Office
Baugh Construction Oregon, Inc.
Jobsite Office:
7495 NE Airport Way
Portland, OR 97218
(503) 335-3655 FAX (503) 335-3664
We are an equal opportunity em ployer and request
prequalification from small business, small disadvantaged
business subcontractors and women and minority business
enterprises.
bids.
Lillie M. Walker, Director
Purchasing, Contracts, and Central Stores
Call For Bids
will be received until 9 a.m. May 27,1993, for
Sealed bids
the projects listed below:
County
Linn
Santiam Jet. Rock Production Sec., Santiam
Hwy.,approx. 26 miles west of Sisters. Ag­
gregate Crushing.
Devils Lake Fork Bridge (Wilson River 2nd
O’xing) Sec., Wilson River Hwy, located
approx. 32 miles East of Tillamook. Rein­
forced Concrete & Structural Steel Bridges
& Grade Separation Structures.
Killingsworth-DIvislon St. Sec., Cascade
Hwy. North (N.E. 82nd Ave. ), in Portland.
A.C. Pavement & Oiling.
Dist. 12 Paving Project, Pendleton-John Day/
P endleton Hwy. (RO UTE U S 395), In
Pendleton. A.C. Pavement & Oiling. DBE
Tillamook
Multnomah
Umatilla
Marine Park Water Reclamation Facility
Vancouver, WA
Bid Date. May 21, 1993 • 2:00 p.m.
°KIEW1T CONSTRUCTION CO.
e ,> W
'
CCB *6347?
'«-«»•
r $?> W
'
* ®
C-’fl «63471
b u a ir^ u
■ * * • in
■
■
N.E. Roberts Avenue Waterline
and Storm Sewer Project
Waterline Improvements Project No. 4148
Storm Sewer Improvements Project No. 9002
Sealed Proposals will be received by the Department of
Environmental Services at City Hall, 1^
N W -E astm an
Parkway, Gresham, Oreogn 97030, until May 25,1993, at
2-00 p.m. local time, at which time they will be opened for
the construction of the N. E. Roberts Avenue Waterline
Project No. 4148 and Storm Sewer Project No. 9002.
Fittings
8" Resilient Seat Gate Valves
7
Each
Fire Hydrant Assemblies
16
Each
1" Copper Services
18“ D.T. Storm Sewer Pipe
L.F.
181
18" Concrete Storm Sewer Pipe
L.F.
170
24" Concrete Storm Sewer Pipe
L.F.
274
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 thertor.
Plans and specifications may be examined at the office of
the Department of Environmental Services, 1333 N.W.
Eastman Parkway, Gresham, Oregon. Copies of said plans
and specifications may be obtained upon application to the
Department of Environmental Services and by posting a
non-refundable fee of $25 with the Department of Environ­
mental Services for each set of plans and specifications
requested. Questions concerning this project s h ° u|d be
addressed to Mike Shane, Project Manager, at (503) 669-
SUB-BIDS REQUESTED
(206) 693-1478 or (503) 285-4687, FAX (206) 693-2510
» • * >«•» * * ♦ « « -. Î
Notice To Contractors
Request For Sub Bids
P.O. Box 1769, Vancouver, WA 98668
» " W **1
A Division of Guy F. Atkinson Company
P.O. Box 593
South San Francisco, CA 94083
Physical Location: 10 West Orange Avenue
South San Francisco, CA 94080
Telephone Number: (414) 876-1000 Fax Number: (415) 876-1143
Our representatives will be at:
Residence Inn by Mariott
Portland (Lloyd Center)
1710 N.E. Multnomah Street
Portland, OR 97232
(503) 288-1400
(Fax number not available until arrival in Portland)
CCB #64157
Guy F. Atkinson Construction Company will be the sponsor of a joint
venture with Granite Construction Company.
We are an Equal Opportunity Employer. This solicitation is especially
directed to qualified small business, minority business, disadvantaged
business, women business, and Disabled Veterans business enterprises.
2633.
Goal.
-
Contractors must prequalify for construction with the City of
Sluslaw River-Douglas County Line Sec.,
Lane
Gresham, as required by the laws of the State of Ore9 °"-
Oregon Coast Hwy., south of Florence. A.C.
before the date of the bid opening. Other wise, their
Pavement & Oiling. DBE Goal.
proposal may not be given consideration.
Clackamas* Clackamas Hwy.-Gladstone Intchng. (Unit
Contractors shall obtain a City of Gresham business license
2) Sec., 82nd Dr., beginning In Gladstone. 1)
[ prior to commencing work.
Earthwork and Drainage; or 2) A.C. Pave­
All proposals must be submitted on the regular forms
ment & Oiling. DBE Goal.
furnished by the City of Gresham, addressed and mailed or
Klamath
Eastside Bypass (Klamath Falls; Malin J c t-
delivered to the Department of Environmenta Services,
N Poe Valley Rd. Sec., Klamath Falls-
Citv of Gresham in a sealed envelope plainly marked,
Lakeview Hwy., (ROUTE US140), E. of Kla­
“SEALED BID f o t h e N.E. ROBERTS AVENUE WATER­
math Falls; and Merrill W.C.L.-Callfornia State
LINE PROJECT NO. 4148 AND STORM SEWER PROJECT
Line Sec., Klam ath F alls-M alin Hwy.,
NO. 9002” bearing the name and address of the bidder.
(ROUTE US 39), and Hayfield Hwy., (ROUTE
Each must be accompanied by a certified check, cashiers
US139), S. of Klamath Falls. A.C. Pavement
check or bid bond in an amount not less than ten percent
& Oiling. DBE Goal.
(10%) of the total bid. A performance and payment corpo­
Washington Mailer Rd. to Glencoe Rd. Sec Sunset
rate surety bond in the full amount of the contract shall be
Hwy., w. of North Plsins. Grading, Structure,
required to guarantee faithful performance of the terms of
Paving, Guard Rail, Signing Illumination.
the contract at the time of contract execution.
DBE Goal.
In determining the lowest responsible bidder, the public
Elkhead Rd. Intchng.-Rice Hill Intchng. Sec.,
contracting agency shall, for the purpose of awarding the
Douglas
Pacific Hwy., (ROUTE i-5), APPROX. 35
contract add a percent Increase on the bid of a nonresident
MILES North of Eugene. A.C. Pavement &
bidder equal to the percent, if any, of the preference given
Oiling. DBE Goal.
to that bidder in the state in which the bidder resides.
Plans, specifications, and bid documents may beoW ained
Each bid must contain a statement as to whether the bidder
in Rm 10, Transportation Building, Salem, OH 9 73 1 u.
is a resident bidder, as defined in ORS 279.350 will be
Plans may be ordered by phone at 378-6293. Prime con­
complied with.
tractors must be prequalified ten days prior to the bid
Each bidder must file with his bid an affidavit of non­
opening day. For additional information, please contact
collusion.
Commission Services, 378-6528.
The City of Gresham reserves the right to reject any and/or
If vour business is not certified as a Disadvantaged Busi­
all bids, waive informalities or to accept any bid which
ness Enterprise (DBE) or a Women Business Enterprise
appears to serve the best interests of the City.
(WBE) please contact the Office of Minority. Women, arid
Emerging Small Business at 155 Cottage, Salem, OR
The City of Gresham is an equal opportunity employer.
97310, phone (503) 378-5651.
By Order Of City Council
* A DBE PREBID WORKSHOP WILL BE HELD AT THE
1333 N.W. Eastman Parkway
OFFICES OF KEITH CRAWFORD AND ASSOCIATES,
Gresham, Oregon 97030
« 0 0 N E FREMONT, SUITE 230, PORTLAND, OREGON,
97213 AT 9:00 A.M. ON May 20, 1993.
k T ewit construction co .
t* an W
Atkinson Construction Company
6,270 Lbs.
Each
14
Informational Advertisement
Department Of Transportation
OHSU C-WIng Expansion-Shell
Portland, Oregon
Bid Daje: May 19. 1993 • 3:00 p.m.
JW-IW
Quotes Requested
Sub-Contractors and suppliers are invited to submit questions for the
following:
Tri-County Metropolitan Transportation District of Oregon
West Side Light Rail Tunnel
Contract 93-0561B/WC0500
Bid Date: May 23,24, & 25,1993 12:00 P.M.
Mailing Address: Guy F.
The major quantities involved are as follows:
8" D.l. Pipe, CL52, In Place
2,020 L.F.
SUB-BIDS REQUESTED
'
Sub-Bids And Material
*■ Mör* ' ' -'* **<*.“
î«- ?: -
- *-* -
» # *-< « 1
ri®
^
, s,e3, , 5 , o
c
From Qualified
MBE/WBE/DBE/DVBE Subcontractors/Suppliers:
Marine Park Water Reclamation Facility
Vancouver, WA
Bid Date: May 2 1 ,1993 2:00 P.M.
J
Hensel Phelps Construction Co.
19033 West Valley Highway, Suite D103 Kent, WA
206/251-5050 FAX 206/251-5044
We Are An Equal Opportunity Employer. Subcontractors may be
required to provide 100% Payment and Performance Bonds.