Portland observer. (Portland, Or.) 1970-current, May 26, 1999, Page 14, Image 14

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

    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