Document 00020 Metro/MERC Invitation To Bid No. 94-32 Advertisement For Bids The Port of Portland Temporary Industrial Labor Services Bids Due 2:00 pm, June 30, 1994 The Metropolitan Exposition-Recreation Commission (Merc) is soliciting sealed written bids for the purpose of providing tem porary industrial labor for janitorial and light industrial work at the Oregon Convention Center, Portland Center for the Perform ing Arts, Portland Civic Stadium and Expo Center for one year beginning July 1,1994 with option to renew for one additional year. Sealed written bids must be delivered by 2:00 pm, PDST, June 30,1994 at the MERC Administration Offices, located on the Holladay Street side of the Oregon Convention Center, 777 NE Martin Luther King Jr. Blvd., Portland, Oregon (or m ailed to MERC P.O. Box 2746, Portland, 97208 attn: Jim W aki). Bidders names and addresses will be read publicly at that time. B id s R eceived A fte r The D eadline W ill Not Be C o n sid e re d A nd W ill Be R eturned U nopened. The IFB an instructions may be examined at the Metro/MERC Offices in the Oregon Convention Center or documents may be obtained from ME RC at the above address or by calling Jim Waki at (503) 731-7839. There will be a voluntary pre-bid conference on June 17,1994 at 10:00 am at the MERC Offices, Comm ission Board Room in the Oregon Convention Center. The conference is not m andatory, however, it will be helpful to obtain an overview of the intended temporary labor utilization and answer questions regarding the Bid documents. Tem porary industrial personnel services will be on an as needed basis for “light industrial tasks" including but not limited to general cleaning, set-ups and teardowns of events which entails manual moving of tables, chairs, etc., and minor m aintenance such as painting and repair work. Services will be required during any time of the day and on any consecutive or non consecutive days. The numher of temporary laborers may vary from one through thirty and is dependent on the types and schedules of events. Each bid must be subm itted on the prescribed IFB forms and be marked as called out in the IFB docum ent instructions. Bidders will be required to comply with the MERC MBE/WBE First O pportunity Em ployment Target Area Program and the laws of the State of Oregon as related to public contracts. Metro/MERC reserves the right to reject all Bids or any Bids not conforming to the intent and purpose of the IFB docu­ ments, to reject for good cause any and all bids upon a finding of M etro/MERC that it is in the publics interest to do so or to waive any inform ality or irregularity in any Bid or Bids. Metro/ MERC reserves the right to award the Contract at any time within sixty (60) days following the Bid opening. For information concerning the proposed work, contact Jim Waki at (503) 731-7838. Advertisement For Bid Sealed bids for the Rogers/Snell Hall Elevator Up-Grade project will be received by the Oregon State Board of Higher Education until 2:00 PM, local time, July 12,1994. Bids will be opened and publicly read aloud at that time. All bidders must be registered with the Construction Contractor’s Board. Additional information may be obtained by contacting Facili­ ties Services, Adam s Hall, Corvallis, Oregon 97331-2001 or telephone 503-737-7694. Call For Bids Multnomah County Bid No. B61-100-8853 Bid Date: July 7,1994 West & Central Multnomah County Interior & Exterior ADA Compliance Modifications Pre-Bid Conference: Mandatory - 9:00 a.m., 0 Mead Building, Main Lobby, 421 SW Fifth Avenue, Portland, Oregon, June 20,1994. Sealed bids will be received until 2:00 p.m. on the specified date above and will be publicly opened and read at 2:15 p.m., the sam e day by Multnomah County Purchasing, 2505 S.E. 11th Ave., Portland, Oregon. Plans and Specifications are filed with Multnomah County Purchasing and copies may be obtained from the above address for a $5.00 non-refundable fee. C h e cks and M oney O rd e rs o n ly . Plans and Specifications W ill N ot Be M ailed within the M etropolitan, Tri-County area. P re q u a lific a tio n s o f B id d e rs Pursuant to the Multnomah County Public Contract Review Board Administrative Rules (AR 40.030) Shall Be Required for this project in the following class(es) of work: Building Construction. Prequalification applications or statem ents m ust be prepared d u rin g the period of one year prior to the bid date. Prequalification application and proof of prequalification by the Oregon Departm ent of Transportation must be actually received by, or postm arked to Multnomah County Purchasing not later than 10 days prior to bid. All bidders must comply with the requirements of the prevail­ ing wage law in ORS 279.350. Details of com pliance are available from Multnomah County Purchasing, 2505 S.E. 11 th Avenue, Portland, Oregon, 97202, (503) 248-5111., by contacting Jan M. Thompson. Contractors and subcontractors must be licensed for asbes­ tos abatem ent work if the project involves working with asbestos as set forth in ORS 468.833. No proposal will be considered unless accompanied by a surety bond, certified check, or a cashiers check payable to Multnomah C ounty for the am ount equal to ten percent (10%) of the aggregate proposal. The successful bidder shall furnish a bond satisfactory to the board in the full am ount of the contract. M ultnomah County reserves the right to reject any or all bids if not in com pliance with all prescribed bidding procedures. Lillie Walker, Director Purchasing, Contracts, and Central Stores Portland International Airport Employee Parking Lot Expansion Sealed bids for the Portland International Airport Employee Parking Lot Expansion will be received at the office of the Manager, Contracts and Procurement, of the Port of Portland, 700 N.E. Multnomah Street, 15th floor, Portland, Oregon, (503) 731-7590 (mailing address: Post Office Box 3529, Portland, Oregon 97208) until, but not after, 2 p.m., Thursday, June 30, 1994, and thereafter publicly opened and read. Description of Work: A. The work includes but is not limited to: profiles available which will be supplied to prime contractors upon request. The profiles identify pertinent vendor data which may assist prime contractors in providing subcontract­ ing and supplier opportunities to DBEs in specific areas as identified by the Port. Bids must be on the bid form which will be provided to prospective bidders and must be accompanied by a certified or cashier's check drawn on a United States bank or a bid bond payable to The Port of Portland in an amount equal to at least 10 percent of the total amount bid. 1. General Construction Construct approximately 7.9 acres of new parking lot. W ork includes removing curbs, relocating landscap­ ing and fence, grading, paving, installing underground utilities, fencing, striping, installing bus shelters, sign­ ing, landscaping, and landscape irrigation, construct­ ing concrete slabs and curbs, installing lighting and electrical duct, and installing a gate. Prequalification is not required for this work. The drawings and the contract manual may be examined at Port offices. Copies may be obtained by prospective bidders at no cost from Contracts and Procurement (address above). 2. complied with. No bid will be received or considered unless the bidder is registered with the State of Oregon Construction Contractors Board, pursuant to ORS 701.055 (1), prior to submitting a bid. (Reference Articles 10, 12, and 13 in the Instructions to Landscape Maintenance Agreement Maintaining the landscape and irrigation system for a one-year period. A prebid conference will be held at 10:30 a.m. on Tuesday, June 21, 1994, at the Portland International Airport M ainte­ nance Facility, 7111 N.E. Alderwood Road, Portland, Oregon, to discuss all phases of the work. Please direct technical questions to the Project Engineer, Dave Irvine, (503) 731-7346. The Port of Portland is committed to providing equal opportu­ nities to State of Oregon certified Disadvantaged Business Enterprises (DBEs) in contracting activities. The DBE participa­ tion target for this project is 20 percent. For this reason, the Port is requesting bidders’ good faith efforts as defined in ORS 200- 045(3) in achieving increased DBE participation. If they are successful in securing DBE participation, the Port is requiring bidders to complete and submit, with their bids, a Statem ent of Intent form included in the bid documents. The Port Contracts and Procurement office has DBE vendor Call For Bids Multnomah County Bid No.: B61-200-8816/Asphaltic Concrete Overlay (94-2) Bid Date: June 23,1994 Asphaltic Concrete Overlay on SE 190th Dr, SE 202nd, SE Dodge Park Blvd., SE Stone Rd., SE 257th Dr., SE 267th Ave., SE 282nd Ave., SE 302nd Ave. Sealed bids will be received until 2:00 p.m. on the specified date above and 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. Plans and Specifications are filed with Multnomah County Purchasing and copies may be obtained from the above address for a $5.00 non-refundable fee. Checks and Money Orders only. Plans and Specifications Will Not Be Mailed within the Metropolitan, Tri-County area. Prequalifications of Bidders Pursuant to the Multnomah County Public Contract Review Board Adm inistrative Rules (AR 40.030) shall be required in the following class(es) of work: Asphalt Concrete Pavement & Oiling - highways, road and streets. Prequalification applications or statem ents must be prepared d urin g the period of one ye a r prio r to the bid date. Prequalification application and proof of prequalification by the Oregon Department of Transportation must be actually received by, or postmarked to Multnomah County Purchasing not later than 10 days prior to the bid. All bidders must comply with the requirements of the prevail­ ing wage law in ORS 279.350. Details of compliance are available from Multnomah County Purchasing, 2505 S.E. 11 th Avenue, Portland, Oregon, 97202, (503) 248-5111., by contacting Jan M. Thompson. Contractors and subcontractors must be licensed for asbes­ tos abatem ent work if the project involves working with asbestos as set forth in ORS 468.833. No proposal will be considered unless accom panied by a surety bond, certified check, or a cashiers check payable to Multnomah County for the am ount equal to ten percent (10%) of the aggregate proposal. The successful bidder shall furnish a bond satisfactory to the board in the full am ount of the contract. M ultnomah County reserves the right to reject any or all bids if not in compliance with all prescribed bidding procedures. Lillie Walker, Director Purchasing, Contracts, and Central Stores No bid will be received or considered unless it contains a statement by the bidder as a part of the bid that the provisions of ORS 279.350 (regarding prevailing wage rates) are to be Bidders.) A license for asbestos work under ORS 468A.720 is not required for this work. Bidders are required to state whether or not the bidder is a resident bidder, as defined in ORS 279.029. (Reference Article 3 in the Instructions to Bidders.) Bids may be rejected if not in compliance with bidding procedures and requirements. Any or all bids may be rejected if in the public interest to do so. © Port of Portland Ron Stempel, Manager Contracts and Procurement Sub-Bids Requested St. Johns “B” Basin Drainage System City of Portland, OR Bid Date: June 16,1994 • 2:00 pm Coffman 3$ Excavation CCB #33196 We are an equal opportunity em ployer and request sub-bids from women and m inority busi­ ness enterprises. P.O. Box 687 Oregon City, OR 97045 (503) 656-7000 FAX 656-0686 Sub-Bids Requested Providence Hospital Seaside, OR Bid Date: June 17,1994 • 1:00 pm DONALD M. DRAKE COMPANY 1740 N.W. Flanders Portland, OR 97208 (503) 226-3991 lg j Fax (503) 243-2775 (503) 228-3019 CCB #84045 W e are an equal opportunity employer and request sub-bids from disadvantaged, minority, women, Vietnam era veterans, disabled veterans, or emerging small business enterprises. Sub-Bids Requested For W.S.U. Vancouver Campus Vancouver, WA Bid Date: June 22,1994 at 4:00 pm SDL Corporation A subsidiary of McCarthy Bldg. Co. 3150 Richards Rd. S.E., P.O. Box 1685, Bellevue, WA 98009 (206) 649-9000, (206) 649-9090, FAX (206) 643-9241 We are an equal opportunity em ployer and request sub-bids from minority and women business enterprises. MBE Goal $2,374,000 WBE Goal $1,429,000 We are a m ember of the AGC of Washington #SD-LC-0231 BQ (SB23194) Sub-Bids Requested Sub-Bids Requested For St. Johns Medical Center Cancer Center 9,500 SF Addition/Remodel Longview, Washington Bid Date: Tuesday, June 28,1994 at 2:00 P.M. H.A. Andersen Company, Inc. 6712 N. Cutter Circle Portland, OR 97217 (503) 283-6712 FAX: (503) 283-3607 We are an equal opportunity em ployer and request sub bids from disadvantaged, minority, women and em erging small business enterprises. Oregon Contractor's Board Registration #63053 ANDERHA 362 NG For Washington State University Vancourver Campus Vancouver, Washington Bid Date: June 22,1994 4:00 PM Hoffman Construction Company of Washington PO Box 1300 Portland, Oregon 97207 WA License #HOFFMCC164NC Bid Phone 503-221-8811 Fax Number 503-221-8934 We are an equal opportunity em ployer and request sub-bids from disadvantaged, minority, women, disabled veterans or emerging small business enterprises.