Image provided by: University of Oregon Libraries; Eugene, OR
About Portland observer. (Portland, Or.) 1970-current | View Entire Issue (May 26, 1999)
Page B8 M A Y . 26, 1999 <Tlje ^Jortlanò (J!)b«eruer • Announcement of Request for Proposals Advertisement For Bids City Of Scappoose Smith Road Wastewater Pump Station Improvements Notice To Contractors Stormwater Sump Replacement CIP Project No. 9 0 2 8 (9 9 ) Sealed proposals will be received by the Department of Environmental Services at Gresham City Hall, 1333 N.W. Eastman Parkway, Gresham, Oregon 97030, until Wednesday, June 16,1999, at 10:00 a.m. local time, at which time they will be opened in conference room 2B, for the Stormwater Sump Replacement CIP Project No. 9028 (99). The major quantities involved are as follows: Item Quantity Measurement Sump, 48" diameter(mln. 20' deepjcomplete EA 3 in place. Sump conversions (existing sumps to EA 3 sedimentation manholes). 12" Stormdraln pipe, complete in place. LF 75 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. Prior to obtaining plans and specifications, contractors must be a holder of or purchase ($50) the current City of Gresham Public Works Standards (July 20,1993) as identified by the Department of Environmental Services distribution list. 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 Environmental Services for each set of plans and specifications requested. If plans and specifications are ordered by mail, you must add a $5 processing and mailing charge. Questions concerning this project should be addressed to Tony Pritchett, Project Manager, 618-2621. Contractors must prequalify for construction with the City of Gresham, as required by the laws of the State of Oregon, before the date of the bid opening. Otherwise, their proposal may not be given consideration. Contractors shall obtain a City of Gresham business license prior to commencing work. The contractor is required to pay a fee to the Bureau of Labor and Industries pursuant to the provisions of ORS 279.352 (2) and section 5 (1), ch 594,1996 Oregon Laws. This fee is one-tenth of one percent of the price of this contract, but not less than $100 nor more than $5,000, regardless of the contract price. All proposals must be submitted on the regular forms furnished by the City of Gresham, addressed and mailed or delivered to the Department of Environmental Services, City of Gresham, in a sealed envelope plainly marked, "Sealed Bid forthe Stormwater Sump Replacement, CIP Project No. 9028 (99), 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 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. 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 whether the 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 an affidavit of non-collusion. The City of Gresham reserves the right to reject any and/or all bids, waive informalities or to accept any bid which appears to serve the best interests of the City. The City of Gresham is an equal opportunity employer. By Order of City Council 1 3 3 3 N. W. Eastman Parkway Gresham. Oregon 9 7 0 30 Notice To Contractors SE Barnes Road W aterline Project NO. 4 0 9 3 & 4 0 9 5 Sealed proposals will be received by the Department of Environmental Services at Gresham City Hall, 1333 N. W. Eastman Parkway, Gresham Oregon 97030, until Thursday, June 3, 1999, 10:00 a.m. local time, at which time they will be opened, forthe SE Barnes Road Waterline Project No. 4093 and 4095. The major 1791 3075 3 11 2 quantities involved are as follows: LF 12” D.l. Pipe. CL52 lbs Fittings EA 12"Butterfly Valves EA 1” Copper Service EA Fire Hydrant Units 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 specification therefor. Prior to obtaining plans and specifications, contractors must be a holder of or purchase ($50) the current City of Gresham Public Works Standards (July 20,1993) as identified by the Department of Environmental Services Plansand specifications may be examined at the office of the Department of Environmental Services, 1333 N.W. Eastman Parkway. Gresham, Oregon. Copies of said pians and specifications may be obtained upon application to the Department of Environmental Services for each set of plans and specifications requested. If plans and specifications are ordered by mail, you must add a $5.00 processing and mailingcharge. Questions concerning this project should be addressed to Rick Lillie, Project Manager, 618-2722. Contractors must prequalify for construction with the City of Gresham, as required by the laws of the State Of Oregon, before the date of the bid opening. Otherwise, their proposal may not be given consideration. Contractors shall obtain a city of Gresham business license prior to commencing work. The contractor is required to pay a fee to the Bureau of Labor and Industries pursuant to the provisions of ORS 279.352 (2) and section 5 (1), ch 594 1996 Oregon Laws. This fee is one-tenth of one percent of the price of this contract, but no less than $100 nor more than $5,000, regardless of the contract price. . . All proposals must be submitted on the regular forms furnished by the City of Gresham, addressed and mailed or delivered to the Department of Environmental Services, City of Gresham, in a sealed envelope plainly marked. "Sealed Bid forthe SE Barnes Road Waterline Project No. 4093 and 4095 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 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. A 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 whether the 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 an affidavit of non-collusion. The City of Gresham reserves the right to reject any and/or all bids, waive informalities or to accept any bid which appears to serve the best interests of the City. Sealed proposals for the City of Scappqose, addressed to Steve Wabschall, City of Scappoose, 33568 East Columbia, P.OJBoxP, Scappoose, Oregon 97056, will be received at City Hall until 2:00 p.m. on the 10"' day of June. 1999, and then will be publicly opened and read in the council chambers of the City of Scappoose. 33568 East Columbia, Scappoose, Oregon. Bids may be mailed or delivered to the address shown above Principal items of work shall generally consist of the construction of an electrical/control structure, replacement of the process piping and 2 pumps with new process piping and 3 pumps in an existingdrywell, and installation of electrical and control equipment in the new structure. Work shall be completed 120 calendar days after the date set forth in the Notice to Proceed. No bid will be considered unless fully completed in the manner provided in the "Instructions to Bidders" upon the bid form provided. Each bid shall be accompanied by a bid bond or a certified check or cashiers check made payable to the city of Scappoose in an amount not less than 10% of the amount of the bid. The bid bond/check shall be given as a guarantee that the successful bidder will execute the contract if it is awarded in conformity with the contract documents and shall provide surety bond or bonds as specified therein within 15 days after notification of Award of Contract to the bidder. The successful bidder will be required to furnish a performance bond and a payment bond in an amount not less than 100% of the contract price. Drawings and Specifications are available at the office of KCM, Inc., 7080 SW Fir Loop, Portland, Oregon 97223. A nonrefundable deposit to cover printing and handling costs in the amount of $20 per set made out to KCM is required for the Drawing and specifications. Drawings and specifications may be examined at the following: City of Scappoose, 33568 East Columbia, Scappoose, Oregon; KCM, Inc.: 7080 S.W. Fir Loop, Portland, Oregon 97223; Builders Exchange Co-op, 1125 S.E. Madison Street, Suite 200, Portland, Oregon 97214; Construction Data, 1200 N.W. Front, Suite 180, Portland, Oregon 97209; DJC Plan Center, 2840 NW 35th Avenue, Portland, OR 97210; DJC Plan Center, 12254 SW Garden Place, Tigard, OR 97223; Minority Business Development Center, 8959 S.W. Barbur Boulevard, Portland, Oregon 97219. The award of the contract shall be made to the qualified bidder submitting the lowest responsive bid. The Owner reserves the right to reject any or all bids and to waive irregularities or informalities in the bid or in the bidding. No bidder may withdraw his bid after the hour set for the opening thereof, or before Award of Contract, unless said award is delayed for a period exceeding 60 days. No bid will be received or considered unless the bid contains a statement that the provisions regarding prevailing rates of wage required by ORS 279.350 shall be complied with. All envelopes must be sealed and plainly marked on the outside showing the name of the bidder, date and time of bid opening, the project name, and the words "Sealed Bids". For information regarding this project, contact Ron Bush, KCM, Inc., 7080 S.W. Fir Loop, Portland, Oregon 97223 (503) 684-9097. for a Contracting Assistance Services Consultant Sealed proposals will be received at the Portland Community College (PCC) Procurement Office, Capital Center, Room 1513, 18624 NW Walker Road, Beaverton, OR 97006, until 2:00 PM, Monday, June 4, 1999, for a Contracting Assistance Services Consultant to focus on and provide contracting assistance services to primarily Minority-owned, Women-owned and Emerging Small Business (M/W.ESB) firms seeking materials, goods, and services (both trade and personal/professional) contracts and possibly even subcontracts with PCC. It is in the best interest of PCC and the community to do business with M/W/ESB firms resulting in Increased competition and a stronger local economy. In that respect, PCC desires to maximize the possible opportunities for vendors, primarily M/W/ESB firms, to compete for and participate in the College's contracting and subcontracting activities. To facilitate this, PCC requires the services of a Consultant or team of Consultants to provide various contracting assistance services to firms that may be either solicited by the Consultant or that request services from them. M/W/ ESB firms that receive this assistance should be certified by the State Office of Minority, Women, and Emerging Small Business (0MWESB). Consultants proposing should be able to demonstrate specific experience in providing similar services, including but not necessarily limited to, bidding assistance for all facets of competitive bidding involved with the various potential PCC bidding opportunities. Services also need to be provided in assisting firms to compete for many of PCC's competitive quote processes whenever appl icable. The Consultant selected must be certified as an Equal Opportunity Affirmative Action Employee as required by State of Oregon Statutes. In order to be considered for selection, three (3) copies of your proposal must arrive at the issuing office on or before the due time and date, with the original copy clearly marked "Original Copy— ContractingAssistance Services Consultant", and signed by a corporate officer authorized to do so. PCC will require fifteen (15) days from the due date for review and evaluation of Pr°NoSronsultant may withdraw his/her proposal after the hour set for the opening thereof, before award of Agreement, unless award is delayed for a period of sixty (60) days from the proposal date. Each proposal must contain a statement as to whether the consultant is a resident contractor, as defined in ORS 279.029. M/W/ESB firms themselves will be afforded full opportunity to submit proposals in response to this solicitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award of any contract entered into pursuant to this advertisement. The College Board of Directors and its officers are committed to encouraging that women and members of ethnic minority groups are represented and employed in the College's contracts. The College may reject any proposals not in compliance with tne prescribed public bidding procedures and requirements, and may reject for good cause any and all proposals upon a finding of the College that it is in the public interest to do so. , Responses to this RFP (proposals) must be directed to the following office Advertisement For Bid Roger J. Cardinal, Manager Procurement and Risk Services Sealed bids for the Portland Community College • Capital Center-WCWTC #1513 18624 NW Walker Road • Beaverton, Oregon 97006 McDonald Forest Paul M. Dunn Forest Bridges SUBSIDIZED UNITS FOR SENIORS, OR DISABLED, OR HANDICAPPED PERSONS MAY BE AVAILABLE AT THIS TIME. project will be received by the Oregon State Board of Higher Education until 2:00 PM, local time, June 15,1 9 9 9 . Bids will be opened and publicly read aloud on at that time. All bidders must be registered with the Construction Contractor's Board. Additional information may be obtained by contacting Facilities Services, 100 Adams Hall, Corvallis, Oregon 97331-2001 or telephone 541-737-7694. If subsidized units are not available at this tim e, qualified applicants may be placed on Waiting Lists. Guardian Management Corporation is com m itted to "EQUAL HOUSING OPPORTUNITY.” C arriag e Court òv Cali 288-0033 or Email at PDXOBSERV. COM ' MONEY 1 ST örPOaruaiTV Columbia Insurance Group, Inc. Financial 4640 SW Macadam Avenue, Suite 90 Portland, Oregon 97201 A Mortgage Division R ay m o n d E. Love LOW PRICED AUTO INSURANCE 10700 SW Beaverton/Hillsdale Hwy • Ste. #110 Beaverton. OR 97005 2 2 4 -6 7 8 0 Ext. 10 (503) 643-8002 • (877) 895-8600 F re e P h o n e Q u o te s • W e S h o p For Y o u ! Fax: (503) 643-6671 S A V E B IG O N CARPET & FLOOR COVERING Portlands Costless Carpet 4818 N. Interstate Ave. Portland, OR 97217 5 0 3 -2 8 7 -6 2 2 5 Commercial Carpet $q2s 12X13 Rem $6922 Laminate Flooring $ 1 I 3 3 Vinyl $ ^TSO 432 Kevin’s YD Com plete Auto Detail Wash • Waxed • Buffed Evenings 5 p . m SO FT . - 8 . • Weekends 7 a . m . - 3 p . i (503) 285-0379 C el. 3 0 7 -8 0 0 8 YD b u y a n d sell JAY'S MOWER & CHAINSAW p . m For an a p p o in tm e n t, c a ll NAJMS H a ir C o n n e c tio n S mall E ngine R epair Full Service Salon S harpning 8 :3 0 T o 5 :3 0 T hru F 9 :3 0 T o 3 :0 0 S at 328 NE SHAVER ST. 287 6610 PORTLAND OR 97212 4603 N. Williams Ave. Portland, OR 97217 (503)288-3171 J Y o u D eserve T op S ervice ! Buying or Selling a Home. C all Now! M TV HOME BUSINESS HEMJHUFE W a lly W . Tesfa Prudential Sales Associale h ttp://nru-nw .com RHONDA SMITH 5700 N.E. MARTIN LUTHER KING BOULEVARD PORTLAND, OREGON 97211 Northwest Properties PHONE: OFF. 503-281-5030 FAX 503-282-6001 RES 503-259-9907 1730 N E IO1" Avenue, P o rtla n d O R 97212 Bus 503 281-4040 • Fax 503 281-4456 • E -m ail w tesfa@ aol.com independently owned and operated member o f The Prudential Real F.»»te A ffili« !« .. Inc Often 7 cCuf} n <»ee6! / / B & W QUICK MARKCT BIG CITY PRODUCE 5128 N O R T H A L B IN A S T R E E T (A T S U M N E R ) 3624 N. MISSISSIPPI AVC. PORTLAND. OREGON 460-3830 HOURS • MONDAY - SATURDAY 9 am TO 8 fm • SUNDAY 11 am TO 7 rM G The City of Gresham is an equal opportunity employer By Order of City Council 1 3 3 3 N.W. Eastman Parkway •7 0 3 0 Oí 7 2 8 NW 5 'n Drive C anby, OR 9 7 0 1 3 (5 0 3 ) 2 6 6 - 4 4 3 4 Q U A L IT Y A T L O W P R IC E S B E S T G R E E N S IN P O R T L A N D W ii i k r o c e r ie s B o w ie s M * - B eer iih e w W o »«s — W 1 n J ohn c B o i to n