^ -V tW W T J uly 21, 1993 • T he P ortland O bserver P age B 10 \ i Ä h M w . J / ' SH;i \ f i w H ljB ---- . Grant County Road Department Canyon City, Oregon Invitation To Bid (Bridge Construction) Sealed proposals, labeled “Bids For Grant County 1993 Fox Creek Bridge Project” , will be received at the Grant County Road Department by Jim Walker, Assistant Road Supervisor, by 10:30 a.m., local time and opened by the Grant County Court in County Court Chambers at the Grant County Courthouse, 200 S. Canyon Blvd., Canyon City, Oregon at 11:00 a.m., local time on Wednesday, August 4, 1993 for the following: Major items of work consists of: driving 8 steel “H” piles, construction of pile bents, construction of wing retaining walls, placing 6 precast prestressed slabs and erection of bridge railing. The slabs and rail system will be furnished by the Grant County Road Department and available at the project site. The work also consists of roadway fill construc­ tion and the placement of base rock approximately 100 ft. each side of the bridge. Asphaltic concrete pavement shall be placed over the new road construction and over the travelway of the bridge. This project is located in T.11 S..R.29 E., W.M., in Sections 1 and 2, Grant Co., Oregon. Prequalification of bidder shall be required in accordance with Oregon Revised Statutes (ORS) 279.039, and as described within the special provisions subsection 00120.00 contained with this document. If Prequalification documen­ tation is not already on file with the County Road Depart­ ment Supervisor it must be submitted with the sealed bid. Under Oregon Revised Statutes (ORS 279.029), each bid shall contain statements as to whether the bidder is a Resident Bidder. Contract documents/plans may be examined and procured at the office of Ferguson Surveying and Engineering, 210 East Main, P.O. Box 519, Mt. Vernon, Oregon 97865 (503- 932-4520), for a $45 non-refundable fee. Contract docu­ ments/plans may also be examined at the Grant County Road Department, P.O. Box 190, 323 S. Humbolt, Canyon City, Oregon 97820 (503-575-0138). A surety bond, cashiers check, or certified check in the amount of 10% of the bid shall be attached to the bid. The prevailing wage rates for building and construction trades within the State of Oregon as described in ORS 279.348 through 279.365 shall be complied with during this project. To obtain further information contact Douglas M. Ferguson, P.E., at Ferguson Surveying and Engineering, 210 East Main, P.O. Box 519, Mt. Vernon, Oregon 97865 (503-932-4520). Grant County reserves the right to reject any or all bids not conforming with the intent and purpose of the contract documents. Invitation To Bid Sealed proposals for furnishing all materials, labor and equipment for the following described work will be received by the Clerk-Treasurer of the Town of La Center, P.O. Box 156, 214 E. 4th Street, La Center, Washington 98629 up until 3 p.m. July 30,1993. At this time the sealed bids will be publicly opened and read. A contract will be awarded or all bids rejected within 60 days after the bid opening. Project Description This project includes the following work: A. Demolition, removal, haul and disposal of existing roadway pavement, sidewalk, curbs, storm drain pipe, catch basins and culverts. .. ,i V B Clearing, grubbing, roadway excavation embankment and subgrade preparation. C. Relocation and underground conversion of existing overhead utilities by others. D. Construction of approximately 1700 linear feet of 21 ", 18", 12" and 8" concrete storm drain pipe to include catch basins manholes and connections. ■ . J .... I. ........ .. ■ ■•■■•■■• The issuing office for Contract Documents is Gibbs & Olson, Inc. Consulting Engineers, 1405-17th Avenue, Suite 300 (Monticello Hotel). P.O. Box 400, Longview, WA. 98632, telephone number 206/425-0991. Contract Documents in­ cluding drawings will be issued upon payment of a charge of $25.00. Full refund of deposits for the documents will be made to all General Contractors submitting a Bidder’s Proposal at the time and date stated above or as otherwise modified by addendum. No refund will be made to other planholders. All Proposals must be submitted on the regular form fur­ nished with the specifications, and each must be accompa­ nied by a certified or bank check or bidder’s bond made payable to Town of La Center in an amount not less than five percent (5%) of the total bid. Town of La Center reserves the right to reject any or all bids, waive informalities, or to accept that bid which appears to serve the best interest of the Town. By: Clinton J. Wells, Mayor "Servino The Greater Northwest" R&T PAINTING & WALLCOVERINGS INTERIOR • EXTERIOR DEWEY TAYLOR II Owner Oporalor (503)282-5033 COMMERCIAL > « RESIDENTIAL INDUSTRIAL (Elje JJorWtnh (Bbsertfer M M R S iK B I H B O M B O Advertisement For Bids Notice To Contractors For The City Of Battle Ground, Washington City Hall 400 East Main Street Battle Ground, Washington 98604 East Powell Valley Road Waterline Projects No. 4141 & 4142 Improvements From S.E. Wendy Ave. To S.E. Barnes (262nd) Ave. & S.E. Tenth Dr. Separate sealed bids for City Of Battle Ground Cherry Avenue Sidewalk Improvements consisting of: A sidewalk construction project consisting of approximately 450 If. of 18 Inch concrete curb and gutter, 750 sq.yds concrete sidewalk, one manhole, and two catch basins. will be received by: City Of Battle Ground, Washington at the office of City of Battle Ground, City Hall until 2:00 p.m. on August 10, 1993 and then at said office publicly opened and read aloud. Copies of the Contract Documents may be obtained at the office of the Engineer, Wallis Engineering, 119 S.E. 8th Street, Vancouver, Washington, (206) 695-7041, upon pay­ ment of a non-refundable fee of $35.00 for each year. No bid will be considered unless fully completed in the manner provided in the “Information for Bidders” upon the bid form provided by the Engineer and accompanied by a bid bond executed in favor of the Owner in an amount equal to five percent (5%0 of the total amount of the bid. The owner reserves the right to reject any or all bids and to waive all informalities. No bidder may withdraw or modify his bid after the hour for the opening and thereafter until the lapse of thirty (30) days from the bid opening. This project is financed through the Community Develop­ ment Block Grant Program with funds obtained from the U.S. Department of Housing and Urban Development. The con­ tract will be subject to regulations of the Departments of Labor and Housing and Urban Development. City Of Prineville Crook County, Oregon Prineville Senior Center Improvements Notice is hereby given that sealed Bids for Improvements to the Prineville Senior Center will be received by Mr. Henry H artley, P rin eville C ity A d m in istra to r, at the City Administrator’s Office, City Hall, 400 East Third Street, Prineville, Oregon 97754 until Noon on Tuesday, August 10,1993. The bids will be publicly opened in the City Hall Council Chambers immediately thereafter, read aloud and the apparent low bidder announced. The Bids will be checked for compliance with the Specifications and those complete compliance will be filed for public inspection. At 7 p.m. on the same date a recommendation for award of the Contract for Construction will be made to the Prineville City Council its regular meeting. A Prebid Conference will be held at 10:00 a.m. on Thurs­ day, July 29,1993 to be considered. Work under this contract will be funded in part with grant funds form the Oregon Community Development Block Grant Program. Davis-Bacon wage rates will apply. The project consists of: installing 2 groundwater heat pumps with wells, heating /air conditioning units and related facili­ ties; remodeling restrooms for handicapped accessibility; replacing concrete sidewalks around majority of one city block and replacing dining room flooring; surfacing the parking area by adding base aggregate and asphalt con­ crete pavement; repairing the roof, gutters, flashing, caulk­ ing and related items. Contract Documents are available for examination or pur­ chase at the Prineville City Hall, 400 East Third St., Prineville, O regon 97754; 447-5627; and at C entral O regon Intergovernmental Council (COIC), 575 SW Highland, Redmond, Oregon; 548-8163. A $25.00 nonrefundable fee will be charged for each set. Make checks payable to COIC. Contract Documents may also be reviewed at the Central Oregon Builders Exchange, 707 NW Hill Street, Bend, Oregon, 07701; 389-1058. For information regarding the proposed work, contact Penny Fehr, COIC, 548-8163 or Jim Carnahan, David Evans and Associates, 389-7614. E. Construction of approximately 2000' lineal feet of 38' wide and 40' wide asphalt concrete pavement roadway including cement concrete curb, gutter, and sidewalks and permanent signing and stripping. i» ¡S k ?SA. ' / Informational Advertisement Department Of Transportation Call For Bids Sealed bids will be received until 9 a.m. on August 26,1993, for the project listed below: County Lincoln Depoe Bay Bridge Section of the Oregon Coast Highway, in Depoe Bay. Bridge reha­ bilitation and cathodic protection. DBE goal. Bidders and subcontractors must have submitted their spe­ cial prequalification application by June 18,1993, and have received approval in order to qualify for performing quality- critical items of work on this project A MANDATORY PREBID MEETING FOR ALL BIDDERS, AND SUBCONTRACTORS DOING QUALITY-CRITICAL WORK ITEMS, WILL BE HELD IN THE AUDITORIUM OF THE MARK O. HATFIELD MARINE SCIENCE CENTER, MARINE SCIENCE DRIVE (SOUTH BEACH) IN NEW­ PORT, OREGON AT 9:00 A.M. ON TUESDAY, JULY 27, 1993. Plans, specifications and bid documents may be obtained in Room 10, transportation building, salem, or 97310. plans may be ordered by phone at 378-6293. Prime contractors must be prequalified ten days prior to the bid opening day. Foradditional information, please contact Program Services, 378-6563. If your business is not certified as a Disadvantaged Business Enterprise (DBE) or a Women Business Enterprise (WBE), please contact the Office of Minority, Women, and Emerging Small Business at 155 Cottage, Salem, OR 97310, phone (503) 378-5651. Sealed proposals will be received by the Department of Environmental Services, at City Hall, 1333 N.W. Eastman Parkway, Gresham, Oregon 97030, until Wednesday, July 14,1993, at 2:00 pm, Pacific Daylight Saving Time, at which time they will be opened, for the construction of the East Powell Valley Road Water Distribution Line from S.E. Wendy to S.E. Barnes & S.E. Tenth Drive, Projects No. 4141 & 4142. Bid opening will be held in the City Council Chambers, 1333 N.W. Eastman Parkway, Gresham Oregon. The major quantities involved are as follows: Installation of 6" flowmeter and vault 1 each 12" Ductile Iron Pipe, in place 608 L.F. 12" Ductile Iron Pipe, Polywrapped, in place 75 L.F. 12" Restrained Joint, Ductile Iron Pipe, in place 281 L.F. 8" Ductile Iron Pipe, Pump Station Retrofit, in place 16 L.F. 6" Ductile Iron Pipe, in place 6 L.F. 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 therefore. Plans and specifications may be examined at the office of the Project Manager, 1333 N.W. Eastman Parkway, Gre­ sham Oregon. Copies of said plans and specifications may be obtained upon application to the Project Manager and by posting a non-refundable fee of $25.00 with the City for each set of plans and specification requested. Question regard­ ing this project should be directed to Richard Kessner, Project Manager at (503) 669-2629. Contractors must prequaify for 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 Gresham, addressed an mailed or delivered to the Engineering Division. City of Greshamt in a sealed envelope plainly marked, “SEALED BID ON EAST POWELL VALLEY ROAD WATERLINE PROJECTS NO. 4141 & 4152 FROM s.e. WENDY AVE. TO S.E. BARNES (262nd) AVENUE & S.E. TENTH DRIVE” bearing the name and address of the bidder. Each must be accompanied by a certified check, cashier’s check or bid bond in an amount riot less than ten percent (10%) of the total bid. A perfor­ mance 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. In determining the lowest responsible bidder, the public contracting agency shall, for the purpose of awarding the contract, add a percent increase on the bid of a nonresident bidder equal to the percent, If any, of the preference given to that bidder in the state in which the bidder resides. Each bid must contain a statement as to whetherthe bidder is a resident bidder, as defined in ORS 279.029. Each bid must contain a statement by the bidder that the provisions of ORS 279.350 will be complied with. Each bidder must file with his bid as affidavit of non­ collusion. Washington State History Museum Invitation For Qualified Bidder Identification Process The Washington State Historical Society requests responses from General Contractors in the Qualified Bidder Identifica­ tion Process for the construction of The New Washington State History Museum on Pacific Avenue in Tacoma, Wash­ ington. The Architecture Firms of Moore/Andersson Architects of Austin, Texas, in association withOlson/Sundberg Architects of Seattle, Washington, were selected to design a new history museum of approximately 100,000 square feet. Construction is scheduled to begin November 1993 and to be completed by Fall 1995. This project is funded by the State of Washing­ ton. Cost of construction is estimated at approximately $19,500,000. Qualified Bidder Identification Process forms and procedures may be obtained at the Historical Society Headquarters, 315 North Stadium Way, Tacoma, Washington 98403. The Historical Society will conduct an optional presubmittal conference on Friday, July 16, 1993, at 2:00 p.m. at the Historical Society Headquarters (5th Floor Washington State History Museum), 315 North Stadium Way, Tacoma, Wash­ ington 98403. Replies to the Qualified Bidder Identification Process are to be submitted to the Historical Society Headquarters (5th Floor Washington State History Museum), 315 North Sta­ dium Way, Tacoma, Washington 98403, no later than 4:00 p.m. local time, on Wednesday, July 28, 1993. Responses received after that time will not be considered. Questions regarding the Qualified Bidder Identification Pro­ cess may be directed to the project manager, James Copland, Senior Architect, Department of General Administration, Di­ vision of Engineering & Architectural Services, 206 General Administration Building, Olympia, Washington 98504-1012, (206)586-4555. M/WBE registered firms are encouraged to participate in the Qualified Bidder Identification Process. A. • ¿ ft • •>. •V ’-3 TJXJ A « * <5*