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.