The Asian reporter. (Portland, Or.) 1991-current, July 16, 2018, 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 14 n THE ASIAN REPORTER
REQUEST FOR PROPOSALS
4TH & MONTGOMERY
PERMIT PACKAGE 1 – SURVEYING,
WATERPROOFING, EARTHWORK, SHORING,
TOWER CRANE RENTAL & ERECTION
Due Friday, August 2 by 2:00pm
Andersen Construction is seeking Proposal
responses from qualified companies
for the scopes of work listed below:
w CONSTRUCTION SURVEYING
w DAMPPROOFING & WATERPROOFING
w EARTHWORK w SHORING
w TOWER CRANE RENTAL & ERECTION
Project Description: 7-story, 175,000 SF
academic & health center to include: PSU’s Graduate
School of Education, OHSU-PSU School of Public
Health, Portland Community College Dental
Sciences Program & Dental Clinic & offices for the
City of Portland. Ground floor retail and restaurants.
LEED Gold minimum with LEED Platinum as the goal.
Please refer to link below to see detailed Request
for Proposals and scoring criteria, along with Budget
Breakdown Form with required estimate breakouts.
Also located at link below, please reference the
Andersen Construction Front End Documents for a
detailed project schedule, along with a detailed listing
of scope requirements for the overall project and for
each bid package.
Work is scheduled to occur starting in October of
2018 and will be a prevailing wage job with an
approximate 22-month construction duration. Please
incorporate projected 2018 BOLI wages in your
budget.
<http://www.oregon.gov/boli/WHD/PWR/
Pages/PWR-Rate-Publications---2018.aspx>
RFP SELECTION TIMELINE:
July 16, 2018: RFP Advertisement
July 23, 2018: Final questions due
to Andersen Construction
July 26, 2018: Release of Addendum # 1
August 2, 2018: RFP Responses due
August 9, 2018: Successful proposers on board
Prequalification Information: All participants
must have a completed Prequal prior to Andersen
Construction recommending award to your firm.
If you are a returning subcontractor/supplier and
have not completed a prequalification within the last
year; or are a new subcontractor/supplier who has
not done business with us in the past, please e-mail
our Prequalification Department at <prequal@
andersen-const.com>. In your e-mail, please include
your Federal Tax ID Number or EIN along with the
e-mail address of the person who will be completing
your prequalification application.
You will receive an e-mail with instructions and a
link to our prequalification module. You will also
receive a request for renewal notification sent to this
same e-mail address annually to update your
application with your most current information.
Document Availability: Detailed RFP instructions
and scoring criteria, along with 3-26-2018 documents
and all Andersen Front End Documents are available
for downloading at Andersen Construction Egnyte
site:
4th & Montgomery – 04 Permit Package 1
<https://andersencloud.egnyte.com/
fl/RVipgCRG17>
They can also be downloaded directly from
Building Connected, the program from which the RFP
was sent.
In addition, documents will be available at many
plan centers. Please notify Andersen Construction
with your requests for posting at specific plan centers.
Contact Information: Questions should be
e-mailed to Jeff Slinger by July 23, 2018 for inclusion
in Addendum #1. Senior Project Manager: Jeff
Slinger - <jslinger@andersen-const.com>.
Proposals shall be submitted via Building
Connected on the due date listed above (see specific
instructions in formal Request for Proposals and
Instructions document). If you need help submitting
your bid through Building Connected, please contact
Elliott Bourgeois at <ebourgeois@andersen-const.
com>.
All trade packages: Jeff Slinger
Andersen Construction, Senior Project Manager
<jslinger@andersen-const.com>
4th and Montgomery – Permit Package 1
Please let us know, either by e-mail or
Building Connected, your intent to provide a
proposal by 7/18/2018 if possible and note
which packages you will be including.
Andersen Construction is an equal
opportunity employer and strongly encourages
the participation of emerging small business,
women-owned, disadvantaged, disabled
veterans and minority enterprises.
BIDS & PUBLIC NOTICES
SUB-BIDS / SUPPLIER
QUOTES REQUESTED
July 16, 2018
REQUEST FOR PROPOSALS
& MEDALLION APARTMENTS
PORTLAND INTERNATIONAL
AIRPORT (PDX) PARKING
ADDITIONS AND CONSOLIDATED
RENTAL CAR FACILITY (PACR)
1969 NW Johnson St.
Portland, OR 97209
LOW VOLTAGE, STRUCTURED
CABLING TRADE PARTNER
2 TOWERS – WILLIAMS PLAZA
2041 NW Everett St.
Portland, OR 7209
SOQ Due: August 3, 2018 at 2:00pm
Walsh Construction Co./OR is requesting a
Statement of Qualification (SOQ) on Mechanical,
Electrical/Low Voltage, Fire Sprinkler, and Plumbing
scopes for the Medallion and Williams Plaza projects.
MEP system upgrades of two occupied residential
towers. Medallion also includes a full exterior re-skin
and the associated MEP work for that scope.
Construction April 2019 through March 2020.
Plans available at:
Sharefile link:
Medallion -
< https://walsh.sharefile.com/d-s5e9de6a8dda4cb6a>
Williams -
< https://walsh.sharefile.com/d-s46998aa5e2c4b04b >
2905 SW First Ave * Portland, OR 97201
(503) 222-4375 * FAX (866) 446-0681
Contact: Bennett Barnwell or Aaron Elliott
ORCCB #147267/WALSHCC962LD
Walsh Construction Co. is an equal opportunity
employer and requests sub-bids from
minority, women, disadvantaged and
emerging small business enterprises.
JE Dunn Construction invites written and
sealed proposals for qualified Trade Partners
to provide Low Voltage, Structured
Cabling work on the PACR project.
RFP Responses due 2:00pm PST August 3, 2018
A pre-bid meeting will be located at the PDX
Conference Center, 7000 NE Airport Way,
St. Helens B Conference Room, on July 19, 2018
at 10:00am for answering any questions
regarding the work on this Project.
Proposals may also be delivered
by e-mail to Mike Kettleson.
Any Proposal received after the specified
date and time will not be considered.
Please submit all questions in writing to
<mike.kettleson@jedunn.com>.
424 NW 14th Ave, Portland, OR 97209
(503) 784-5915
JE Dunn Construction reserves the right to select
the best value response, negotiate with multiple
bidders, or reject all responses. This is an Equal
Opportunity and encourages Minority, Woman,
Veteran, and Emerging Small Business participation.
ADVERTISEMENT FOR BIDS
“K” STREET IMPROVEMENTS
OWNER: City of Washougal, 1701 ‘C’ Street, Washougal, WA 98671
Separate sealed bids for “K” Street Improvements consisting of:
Approximately 570 square yards of HMA pavement restoration, 230 square feet of structural
earth wall, 210 lineal feet of stormwater infiltration trench, 85 lineal feet of chain link fence,
1,500 lineal feet of concrete curb, 450 square yards of concrete sidewalk, 165 square yards
of pervious concrete sidewalk, 1,200 linear feet of 8-inch water main, and other work.
Will be received by: City of Washougal, Washington
At the office of: City of Washougal, City Hall, 1701 ‘C’ Street, Washougal, WA 98671
Until 2:00pm on Tuesday, July 31, 2018, and then at said office publicly opened and read aloud.
CONTRACT PROVISIONS, PLANS, AND BID PROPOSAL
can be viewed & downloaded from <www.cityofwashougal.us/rfps>.
Questions contact: Program/Procurement Specialist: Jessica Honl, (360) 835-2662, ext. 203.
Informational copies of maps, plans and specifications are also on file for inspection at the Office of the Engineer,
215 W 4th Street, Suite 200, Vancouver, Washington, or City Hall, City of Washougal.
Bid Security: All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier's
check, or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the
successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in
the specifications, the bid proposal deposit shall be forfeited to the City of Washougal. No bid will be considered
unless fully completed in the manner provided in the "Instruction to Bidders" upon the bid form provided by the
Engineer.
This project will require enrollment and participation in the “E-Verify” program through the Department of
Homeland Security following award of the project. “E-Verify” enrollment will apply to both the successful contractor
and their respective subcontractors. “E-Verify” particulars and other useful information can be found at
<http://www.dhs.gov/E-Verify>.
Rejection of Bids: 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 set for the opening and thereafter until the lapse of thirty (30) days from
the bid opening.
Project Financing and Bidding Requirements. This project is financed through the Community Development
Block Grant program with funds obtained from the U.S. Department of Housing and Urban Development, and the
City of Washougal. The contract will be subject to regulations of the Department of Labor and Housing and Urban
Development.
Attention is called to the Federal provisions for Equal Employment Opportunity, HUD Section 3 Requirements and
the minimum David-Bacon wages as set forth in the Contract Documents.
All work performed on the project will be subject to Federal Davis Bacon and Washington State prevailing wage
rates and regulations.
State License Requirement: Bidder and subcontractors must be registered and licensed with the State of
Washington.
The City of Washougal in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to
2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, subtitle A, Office of the Secretary,
Part 21, Nondiscrimination in Federally Assisted Programs of the Department of Transportation issued pursuant to
such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this
advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to
submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national
origin, or sex in consideration for an award.
The City of Washougal is an Equal Opportunity and Affirmative Action Employer. Small, Minority, and Women
owned firms are encouraged to submit bids.
For more information regarding this project, contact Wes Wegner, Project Engineer, Wallis Engineering, at (360)
695-7041.
DATE OF BID ADVERTISEMENT: July 11, 2018 and July 17, 2018
Submit your recruitment, bid, or public notice advertisement via e-mail or fax:
E-mail: <ads@asianreporter.com> w Fax: (503) 283-4445