■MM ■> ■» w « A» J ■■ * » April 4, 1990 Portland Observer Page 9 BIDS/SUB-BIDS/LEGAL & PUBLIC NOTICES U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM CALL FOR BIDS FOR 13TH AVENUE STREET IMPROVEMENTS 10-070-3-00-843-04-00/589037 A portion of this project is financed through the Community Develop­ ment Block Grant Program with funds obtained from the U.S. Depart­ ment of Housing and Urban Development. The entire contract will be subject to regulations of the Department of Labor and Housing and Urban Development. Attention is called for Federal Provisions for Equal Employment Opportunity, Affirmative Action, HUD Section 3 requirements, and the minimum wages as set forth in the contract documents. Sealed proposals will be received only at the office of the City Engineer, second floor, City Hall, 123 W. Main, Hillsboro, OR. until 11:00 a.m., April 12, 1990. The general nature and approximate quantities of work are as follows: Construct approximately 1700' of 40 ft. wide street including curb and gutter and 5' sidewalks both sides, storm sewer and other similar and associated work items. Contract documents may be obtained from the Office of the City Engineer, City Hall, 123 W. Main, Hillsboro, OR 97123, at the cost of $10.00, non-refundable. plus an additional $3.00 for mailing. No bids will be considered unless the bidder states that provisions of ORS 279.350 and Federal Fair Labor Standards shall be compiled with. Each bid must contain a statement as to whether the bidder is a resident bidder as defined in ORS 279.029. Prequalification applications must be submitted eight (8) hours in advance of the bid submittal date and time noted above. The Oregon Department of Transporta­ tion, Highway Division, Environmental Section, is seeking S tatements o f Quali­ fications from consulting firms (to do research and documentation in the field of biology on selected highway con­ struction projects throughout the State of Oregon). The Division will engage two or three firms to perform these services. Successful Consultants will enter into flexible personal service contracts. The Environmental Section will assign work on a project-by-project basis. Normal notification prior to the commencement of work will be six weeks. The total combined value of these two year contracts will be $200,00 with an option for renewal if both parties agree. If you are interested in being consid­ ered, a Request for Qualifications can be obtained by calling of writing Bob Thompson, Consultant Liaison Engineer, 307 Transportation Building, Salem, OR 97310; Telephone (503) 378-6563. Statement of Qualifications are due on April 20, 1990. The Oregon Department of Transporta­ tion, Highway Division, Planning Sec­ tion is seeking proposals from qualified Consultants to perform a Multimodal Planning Study on the US-30 Highway Corridor between Astoris, Oregon and Portland, Oregon. The purpose of the study is to identify the best and most ef­ ficient transportation investment strat­ egy for the corridor based on an analy­ sis of the economy of the Lower Co- lumbis Rivert Region which is served by US-30. The successful consultant willenter into a personal service con­ tract. The study is scheduled to begin in June 1990 and be substantially com­ pleted in December 1990. Tentative costs for the study are between $50,000- $100,000. If you are interested in being considered, a Request for Proposals can be obtained by calling or writing Bob Thompson, Consultant Liaison Engineer, 309 Transportation Building, Salem, OR 97310; Telephone (503) 378-6563. Proposals are due on April 26, 1990. CONSTRUCTION OF JAE/LEVETON-OKI/LEVETON SW 108TH AVENUE PROJECT Bids due 2:00 pm, April 19 Dated this 26th day o f March, 1990. CITY OF HILLSBORO Gail Waibel City Recorder INVITATION FOR PROPOSALS PROPOSALS DUE 2:00 P.M. ON VARIOUS DATES Sealed Proposals will bereceived at the Bureau of Purchases and Stoes, Room 1313, Portland Building, 1120 SW Fifth Ave., Portland, OR 97204 for the (Projects) detailed below until 2:00 P.M. on the dates indicated. Plans and Specifications may be obtained at the above address. For additional information, telephone Buyer at number listed. Unless otherwise slated in the individual proposals listed herein, no proposal or bid will be considered unless accompanied by a bid surety for an amount not less than ten percent (10%) of the aggregate amount of the proposal. The City encourages bidding by MBE’s and FBE’s and will asist such firms to understand and participate in formal bidding process. NON-DISCRIMINATION: No proposal or bid wiU be considered unless the bidder is certified as an EEO Affirmative Action Employer as prescribed by Chapter 3.100 of the Code of the City of Portland. PROPOSAL NO. DESCRIPTION OPENING DATE 86 12", 8", 6" Water Main in NE Columbia Blvd, SW 4 Ave. SW Collins St. Call Michele Ackerman, 796-6854. Prequalifiction in Classification 11- Water Lines Required. 4/10/90 92 Construct Farragut Park Ballfield Lighting. Call Carlton Chayer, 796- 6855. 4/24/90 93 Provide Electrical Service Concession Privileges at Waterfront Park. Call Carlton Chayer, 796-6855. 4/12/90 94 SW 4 Ave twin Ornamental Conversion. Call Michele Ackerman, 796- 6854. Prequalification in Class 18-Outdoor Illumination Required 4/24/90 C- Improve Strees within SE Rcedway/57 Dist. HCD Project. Call Michele 8673 Ackerman, 796-6854. Prequalification in Class 2-Street Improvement Required 4/24/90 ADVERTISEMENT FOR BIDS Sealed proposals for the Construction of the JAE Leveton-OKI/Leveton Sw 108 th Avenue Project-Phase II will be received by the City of Tualatin (county of Washington, State of Oregon) until Thursday, April 19,1990, at 2:00 p.m., local time, at the Tualatin City Offices, 18880 S.W. Martinazzi Avenue, Tu­ alatin, Oregon, 97062-0369 and then will be publicly opened and read. Bids will not be received after such date and time. The City Engineer, Michael McK- illip, and the Civil Engineer, Michael Stone, are the person designated to receive bids. Major items of work include 685 tons of asphalt pavement, 24,000 square yards of concrete pavement, 6,300 lineal feet of storm drain, 4,900 lineal feet of water line, 300 lineal feet sanitary sewer, 14,000 lineal feet of power and telephone conduit, 29 street lights, and related appurtenances and work. Contract Documents may be examined at the office of the City Engineer, City Offices, Tualatin, Oregon. A copy of said documents may be obtained at the Tualatin City Offices, upon a deposit of Twenty-Five dollars ($25.00) for each document. The deposit will be refunded on the return of undamaged bid docu­ ments within ten (10) days after the bid opening. Bidders must be prequalified with the City of Tualatin in compliance with Chapter 279 of Oregon Revised Statues. Prequalification applications shall be filed no later than seven days prior to the bid opening date. Proposals must be made upon the proposal forms bound in the Contract Docu­ ments and must be accompanied by a certified check or bid bond payable to the City of Tualatin (County of Washington, State of Oregon) in an amount not less than ten percent (10%) of the total amount bid. This is a contract for a public work subject to ORS 279.348 to 279.363 or the Davis-Bacon Act (40 U.S.C.276a) and no bid will be received or considered unless the bid contains a statement by the bidder as part of the bid that the provisions of ORS 279.350 or 40 U.S.C. 276a are to complied with. The bid must indicate whether the bidder is a resident bidder, as defined in ORS 279.029. Prior to submission of bids, contractors shall register with the Construction Contractors Board, and thereafter comply with the requirement of ORS 701.035 to 701.137. The Contractor or Subcontractor is not required to be licensed under ORS 468.883 for asbestos abatement. Attention is called to the fact that not less than the prevailing rate of wage must be paid on this project in acordance with ORS 279.350, and that the Contract must ensure that the employees and applicants for employment are not dis­ criminated against because of their race, color, religion, sex or national origin. The City of Tualatin reserves the right to reject any bids not in compliance with all prescribed public bidding procedures and requirements, and may reject for good cause any or all bids upon a finding that it is in the public interest to do so. Bids cannot be withdrawn within thirty (30) days after the actual date of bid opening. For further information, please contact Jory M. Abrams, P.E., at CH2M Hill N.W. Inc., 2020 S.W. Fourth Avenue, 2nd Floor, Portland, Oregon 97201, phone number (503) 224-9190. Dated this 29th day of March, 1990. CITY OF TUALATIN (County of Washington, State of Oregon) Published March 29, April 5, & 12, 1990. 2208CB-3Th SALEM, OREGON HOUSING AUTHORITY INVITATION TO BID PRINGLE CREEK TOWERS EXTERIOR WATER RE­ PELLENT COATING The City of Salem will receive sealed bids at the office o f the City Recorder, Room 205, City Hall, Salem, Oregon 97301, until, but not after 11:00am, April 25,1990, at which time said bids will be publicly opened and read in the City Council Chambers, Room 240, City Hall, for the project specified herein. Prime contractors interested in bidding on this project may receive one copy of the specifications and other bid documents at the office of the Purchasing Supervisor, 555 Liberty St. S.E., Room 330, City Hall, Salem, Oregon 97301-3503, telephone: 588-6136. W O R K D E SC R IPT IO N : Spray application of waterproofing compound to the exterior brick of Pringle Creek Tower and specified surfaces. Any objections to or comments upon the bid specifications must be submitted in writing to the Office of the Purchasing Supervi­ sor, 555 Liberty St. S.E., Salem, OR 97301. They must be re­ ceived no later than five (5) working days before the bid closing date. A surety bond, cashier’s check, or certified check of the bidder in the amount of ten percent (10%) of the bid must be attached to each proposal as bid security. Unsuccessful bidders will have their security refunded to them when the contract has been awarded. No bids, exceeding $2,000, will be received or considered by the City of Salem or any of its officers unless the bid contains a state­ ment by the bidder (by signing his proposal) that the provisions of the Davis-Bacon Act, 40 USCA 276a(a) shall be included in his contract. Every contractor o f subcontractor is required to post the applicable prevailing wage rates in a conspicuous and acces­ sible place in or about the work-site for the duration o f the job. Contractors and subcontractors who intentionally fail to post the PWR can be made ineligible to receive any public works contract for up to three years. The attention of bidders is directed to the provisions of Chapter 97, Salem Revised Code, concerning unlawful employment prac­ tices. Violation of such provisions shall be grounds for immedi­ ate termination o f this contract without recourse by the contrac­ tor. The Portland Development Commission will receive sealed bids fo r Police Mounted Patrol Bam Rehab City of Portland, Oregon. until 4:00 p.m., Pacific Standard Time (PST) on April 18, 1990, at 1120 S.W. Fifth Avenue, Suite 1102, Portland, Oregon 97204-1968, at which time and place all Bids will be publicly opened and read aloud. A preconstruction conference will be held on April 11,1990 at the Portland DevelopmentCommis- sion office. The jobsite tour will be held on April 11, 1990. Contract Documents, including Drawings and Specifications, are on file at the office of the Portland Development Commission, at 1120 S.W. Fifth Avenue, Suite 1102, Portland, Oregon 97204-1968. Inquiries should be directed to Christian Steinbrecher. Copies of the Contract Documents may be obtained at the Portland Develop­ ment Commission. All Bidders must comply with the provision of Chapter 279, Oregon Revised Statutes, relating to the qualification of bidders. The bidder’s prequalification statements shall be prepared and presented on the City of Portland Prequalifi- , . cation Application and filed with the Portland City Engineer not later than nine (9) business day prior to the bid opening time for classifications suitable, in the Commission’s opinion, for this work. A certified check or bank draft, payable to the order of the Portland Develop­ ment Commission, negotiable U.S. Government Bonds (at par value), or a sat­ isfactory Bid Bond executed by the Bidder and an acceptable Surety, in an amount equal to ten percent (10%) of the total Bid shall be submitted with each Bid. The successful Bidder will be required to furnish and pay for satisfactory Per­ formance and Payment Bond or Bonds. Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Contract Documents must be paid on the Project, and that the Contractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or national origin, and that the Contractor must comply with all provisions required by ORS 279.348 through ORS 279.356. The Portland Development Commission is committed to taking affirmative action to enouragc and facilitate the participation of Minority and Women Business Enterprises in Commission projects and operations. To help meet Commission goals, prime contractors are encouraged to consider and utilize qulified MBE/WBE subcontractors in this project. The Commission’s goal for this project has been established as 10% Minority Business Enterprise and 2.5% Women Business Enterprise utilization as a percentage o f the total dollar amount of this contract. The Portland Development Commission reserves the sole right to reject any or all bids or to waive any informalities in the bidding. Bids may be held by the Portland Development Commission for a period not to exceed forty-five (45) days from the date of the opening of bids for the purpose of reviewing the bids and investigating the qualification of the bidders prior to awarding the contract. Bidder shall be certified as an EEO Affirmative Action Employer as prescribed by Chapter 3.100 of the Code of the City of Pordand. Portland Development Commission Patrick L. LaCrosse Executive Director Ontario Medium Security Correctional Institute Bid. Pkg 2 Bid Date April 15, 1990 at 5:00 pm Hoffman Construction P.O. Box 1300, 1300 S.W. 6th Portland, OR 97207 (503) 221-8811 FAX (503)221 -8937 We arc an equal opportunity employer and request sub-bids from small busi­ ness, minority and woman-owned buisness, and disadvantage business enter­ prises. City of Portland Bureau of Transportation Engineering Request for Proposals Development Services Division Organization and Fee Study Development Services Division is soliciting proposals from qualified con- nts or consulting teams to examine the current organizational structure of ¡vision, the current development related activities performed, the existing tructurc and pricing policy. Estimated cost of project $50,000. expected that consultant teams be able to. lentify and implement organizational changes, required to achieve effi- :y, clarify work plan, consolidate management accountability, responsi- City of Portland Bureau of Transportation Engineering Request for Proposals Development Services Division Organization and Fee Study The Development Services Division is soliciting proposals from qualified con­ sultants or consulting learns to examine the current organizational structure of the division, the current development related activities performed, the existing fee structure and pricing policy. Estimated cost of project $50,000. It is expected that consultant teams be able to: 1) Identify and implement organizational changes, required to achieve effi­ ciency, clarify work plan, consolidate management accountability, responsi­ City of Portland Bureau of Police Managment Consulting Proposals Due April 20, 1990 Scaled proposals will be received at the Bureau of Police, Justice Center, Room 1552,1111 SW 2nd Avenue, Portland, Oregon 97204, for a management con­ sulting services package to faciltatc the implementation of community Polic­ ing beginning on May 1, 1990 and continuing for one to five years. Respond­ ers must be able to provide on-site serv ice to multiple projects and locations and quickly develop workplans and training programs. Responders should possess a thorough knowledge of the current dynamics of the Portland Police Bureau, local government and citizens’ organizations. For additional information, contact Captain Tom Potter at (503) 796-3126. The Portland Police Bureau reserves the right to reject any and all bids and to award the contract as it deems to be in the best interest of the City of Portland. y and authority. cvclop and implement an equitable pricing policy and fee structure, evise City Code to reflect pricing policy and separation of authorities. City of Portland encourages minority/womcn business enterprises con- « in its projects. ics of the proposal package and submission requirements arc available at isportation Engineering Offices, Attention: Vic Rhodes, 2210 SW 5th Ave- Room 802, Portland, Oregon 97204, (503) 796-7556. josals arc due to Development Services Office Monday, April 20,4:00 p.m. ——— — Invitation For Bids Solicitation No. 90-8 SUB-BIDS REQUESTED The City of Salem/Salem Housing Authority is an Equal Employment Opportunity/Affirmative Action Employer. — — NOTICE OF INTENT CITY OF TUALATIN Any or all bids may be rejected for good cause. LJMC:jwp CITY OF PORTLAND NOTICE OF INTENT — bility and authority. _ 2) Develop and implement an equitable pricing policy and fee structure. 3) Revise City Code to reflect pricing policy and separation o f authorities. The City of Portland encourages minority/womcn business enterprises con­ tracts in its projects. Copies of the proposal package and submission requirements are available at Transportation Engineering Offices, Attention: Vic Rhodes, 2210SW 5th Ave­ nue, Room 802, Portland, Oregon 97204, (503) 796-7556. Proposals arc due to Development Services Office Monday, April 20,4.00 p.m. VFR:JMC:jwp ( 'V ' i ..S' 1 - " ■. . * - V - " • • i. . . •’