Portland observer. (Portland, Or.) 1970-current, May 02, 1990, Page 12, Image 12

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

    Page 12, The Portland Observer, May 2, 1990
BIDS/SUB-BIDS/LEGAL & PUBLIC NOTICES
Multnomah
Education Service District
Invitation For Bid
No. 015-90-164
PS-200, PS-300 AND PS-400 FUEL OILS
Bids due May 17, 1990, PDT, 3:00 p.m.
• Bids are solicited to furnish fuel oil products for this agency’s Co-operative
j Purchasing program. Bids w illbereceivedby Michael Mlynarczyk, Purchas-
! tng Agent, at 1 1611 NE Ainsworth Circle (PO Box 301039), Portland, Oregon
1 97220-9097 (Phone: 503-257-1791) until no later than 3:00 p.m., PDT, May
I 1 , 1990, at which time and address the bids will be publicly opened but will
; not be read aloud.
I The successful bidder will not be required to be licensed for asbestos abate-
1 ment under section 7 of ORS 468.883.
. Specifications may be obtained at the above office. Each bid must contain a
. statement as to whether or not the bidder is a resident bidder as defined in ORS
I 279.029. The District may reject any bid not in compliance with all
j prescribed public bidding procedures and requirements, and may reject for
. good cause any or all bids upon a finding of the agency it is in the public
interest to do so. No bid will be considered that is received after the appointed
I date and time.
City of Salem
Department of Public Works
Department of General Services
Invitation to Bid
East/West Corridor Improvements
The City of Salem will receive sealed bids at the office of the City Recorder,
City Hall, Room 205, Salem, Oregon, until but not after 11:00 a.m., June 6,
1990, at which time said bids will be publicly opened and read aloud in the
City Council Chambers, Room 240, 555 Liberty Street, SE, Salem, Oregon
for the project specified herein.
The proposed work shall be bid according to the following schedules:
Schedule A - Madrona Avenue
Schedule A consists of the construction of approximately 4,800 feet of
asphaltic concrete roadway with cement treated base, curbs, sidewalks, storm
drainage, water line, sanitary sewer, traffic signals, illumination, signing,
striping, retaining walls, landscaping, and appurtenant work.
Schedule B - Fairview Avenue, Vista Avenue
Schedule B consists of approximately 8,600 feet of asphaltic concrete
roadway with cement treated base, curbs, sidewalks, storm drainage, water
line, sanitary sewer, traffic signals, illumination, signing, striping, retaining
walls, landscaping, and appurtenant work.
Schedule C - Madrona Avenue, Fairview Avenue, and Vista Avenue
Schedule C is a combination of Schedules A and B. It consists of the construc­
tion of Madrona Avenue, Fairview Avenue, and Vista Avenue improvements.
The work shall consist of the construction of approximately 13,400 feet of
asphaltic concrete roadway with cement treated base, curbs, sidewalks, storm
drainage, water line, sanitary sewer, traffic signals, illumination, signing,
striping, retaining walls, landscaping, and appurtenant work.
Plans, specifications, and other bid documents are available for inspection at
the following Plan Centers:
Construction Data Eastside
Salem Contractor’s Exchange
1125 SE Madison
2256 Judson Street SE
Portland, OR 97214
PO Box 12065
Ph: (503) 234-0281
Salem, OR 97309
Ph: (503) 362-7957
Construction Data Westside
Valley Plan Center
925 NW 12th Avenue
1819 S. Central Avenue Suite 84
PO Box 5005
Kent, WA 98032
Portland, OR 97209
Ph: (206) 852-1090
Ph: (503) 225-0200
Eugene Builders Exchange
135 Silver Lane
Eugene, OR 97404-2215
Ph: (503) 688-1607
Plans, specifications and other bid documents may be inspected and obtained
at the office of the City o f Salem, Department o f Public Works, 555 Liberty
Street SE, Salem, Oregon ((503) 588-6211). A nonrefundable $25 fee will be
required for each set of contract documents which includes a full set of re­
duced plans. Also a full sized set of the street grading plans (34 sheets) will
be available for an additional $25. Single full sized plan sheets will be
available for $1 each. The bidder shall not file the book of “ Standard Con­
struction Specifications” with his bid.
Bids must be submitted on the proposal forms furnished to the bidders.
Proposals shall be submitted in a sealed envelope plainly marked “ Bid on
East/West Corridor Improvements - Bid #3696” , and show the name and
business address of the bidder.
Any objections to or comments upon the bid specifications must be submitted
in writing to the Department of Public Works, Room 325,555 Liberty Street
SE, Salem, OR 97301. They must be received no later than ten (10) working
days before the bid opening 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 security.
No bids, exceeding $10,000, will be received or considered by the City of
Salem or any of its officers unless the bid contains a statement by the bidder
(by signing his proposal) that the provisions of ORS 279.350 shall be included
in his contract. Every contractor or subcontractor is required to post the
applicable Prevailing Wage Rates (PWR) in a conspicuous and accessible
place in or about the work-site for the duration of 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.
A prebid conference will be held at the City of Salem Council Chambers, 555
Liberty Street SE, Room 240, on May 16, 1990, from 8:30 a.m. to 11 a.m.
(PDT) to answer any questions and generally review the project and its alter­
natives. Any prospective bidder not attending the conference waives the right
to such information.
RECIPROCAL PREFERENCE LAW: In compliance with ORS 279.029,
bidders must state on their proposal whether they are a resident or nonresident
bidder. Proposals that fail to provide this information will be considered
nonresponsive.
The City of Salem reserves the right to reject any or all bids, to waive formali­
ties and of postponing the award of the contract for thirty (30) days.
Prices quoted shall be firm for a period of 30 days after closing date.
The attention of bidders is directed to the provisions of Chapter 97, Salem
Revised Code, concerning unlawful employment practices. Violation of such
provisions shall be grounds for immediate termination of this contract without
recourse by the contractor.
Inquiries concerning the contents of the bid specifications should be directed
to Chuck Belcher, Project Inspector, at 588-6211.
Gary A. Kanz, C.P.M.
Purchasing Supervisor
Bid No. 3696
Bid Closing: Tune 6, 1990, 11:00 a.m.
ADVERTISEMENT FOR BIDS
Advertisement for Bid
Sealed bids for fence and gales, University of Oregon, will be received by
the Oregon State Board of Higher Education in Conference Room 2, Uni­
versity of Oregon Physical Plant Department, 1295 Franklin Boulevard,
Eugene, Oregon 97304-1276, until 4:00 p.m. PDT, Thursday, May 17,
1990, and then publicly opened and read aloud by the Undersigned or a
designated representative.
Briefly, the work involves installation of fences and gates in the Alton Baker
Park area.
Bid documents are available at the U of O Physical Plant Department.
A Pre-Bid Conference will be held in Conference Room 2, University of
Oregon Physical Plant Department at 2:00 p.m. PDT, Tuesday, May 8,
1990.
Contact the UO Physical Plant (503-346-5243) for further information.
OREGON STATE BOARD OF HIGHER EDUCATION
By: George Pemsteiner, Associate Vice-Chancellor
Eugene, Oregon
Oregon Convention Center
WASTE COMPACTION EQUIPMENT
The Metropolitan Service District (METRO) is seeking bids for the procure­
ment and installation of waste compaction equipment for the Oregon Conven­
tion Center. Copies of the Contract Documents arc available from the Con­
vention Center Project Office at the address shown below; call (503) 221-
1646 for availability.
Submit in writing questions regarding the Contract Documents and requests
for substitutions to Sandy Bradley of the Convention Center Project Office at
the address shown below. Substitution requests will be considered only when
submitted on die form included in the Project Manual, and received before 5
p.m., PDT, Friday, May 4,1990. Additionally, clarification requests must be
received before 5 p.m., PDT, Friday, May 4, 1990.
A summary of the questions and answers and a list of acceptable substitutions
will be sent by Addendum to those who have received copies of the Contract
Documents.
Goals on this contract for participation of Metro’s Disadvantaged and
Women Business Program have been set at 1% and 2.75% respectively. If
subcontracting is proposed, bidders must meet these goals or demonstrate
good faith efforts to do so.
Deliver Bids by 11:00 a.m., PDT, Tuesday, May 15, 1990 to:
METRO
Attn: Sandy Bradley
Convention Center Project Office
2000 S.W. First Avenue, Suite 150
Portland, Oregon 97201
METRO reserves the right to reject any or all bids and to waive any or all
bid irregularities upon a finding by METRO that it is in the public interest
to do so.
Notice to Contractors
S.E. Fifth Street Waterline Project 4125
and
Street Reconstruction Project 5043
Sealed proposals will be received by the City Engineer, at the City Hall, 1333
N.W. Eastman Parkway, Greshman, Oregon 97030, until Tuesday, May 15,
1990, at 11:00 a.m.. Pacific Daylight time, at which time they will be opened,
for the construction o f the S.E. Fifth Street Waterline Project 4125 and Street
Reconstruction Project 5043.
The major quantities involved are as follows:
1,295 L.F.
8-inch Pipe, Class 52, in place
2,245 Lbs.
Fittings
3
Each
6-inch Fire hydrant assemblies
20
Each
3/4-inch Copper services
2,070 C.Y.
Excavation and grading
1,750 Ton
Base rock
905 Ton
A.C. pavement
2,530 L.F.
Concrete curb
1,400 S.Y.
Concrete sidewalk
1,057 L.F.
12" storm drain
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.
Plans and specifications may be examined at the office of the Greshman City
Engineer, 1333 N.W. Eastman Parkway, Greshman, Oregon. Copies of said
plans and specifications may be obtained upon application to the City
Engineer and by posting a non-refundable fee of $25.00 with the City engineer
for each set o f plans and specifications requested.
Contractors must prequalify for street, waterline, and storm drainage construc­
tion with the City of Gresham, as required by the laws of the State of Oregon,
before the date of a bid opening. Otherwise, their proposal may not be given
consideration.
All proposals must be submitted on the regular forms furnished by the City of
Gresham, addressed and mailed or deliverd to the Engineering Division, City
of Gresham, in a sealed envelope plainly marked, “ Sealed Bid on S.E. Fifth
Street Waterline Project 4125 and Street Reconstruction Project 5043”
bearing the name and address of the bidder. Each bid 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 pecent, 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 compiled 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 in­
formalities or to accept any bid which appears to serve the best interests of the
City.
The City of G resham is an equal opportunity employer.
By Order O f The City Council
1333 N.W. Eastman Parkway
Gresham, Oregon 97030
State of Oregon
Dammasch State Hospital
Request for Letters of Interest
Consultant Services
Planning Study for Dammasch State Hospital
Due 4:00 p.m., May 11, 1990
Dammasch State Hospital is seeking letters of interest from qualified consult­
ants capable of providing services required to produce a planning study
addressing the future use of Dammasch State Hospital.
Dammasch State Hospital is a 375-bed state-operated psychiatric hospital
located approximately 1 mile west of Wilsonville, Oregon, with a catchment
area including 13 counties.
Elem ents of the study will include:
1. Review of present and proposed psychiatric service delivery programs.
2. Development of model conceptual plans for accomodating psychiatric
treatment, support and administrative services.
3. Analysis and evaluation of existing special organization for accommo­
dating proposed psychiatric service delivery and model plan concepts.
4. Analysis and evaluation of existing physical plant systems: roofs,
windows, mechanical, electrical, security, etc., to determine service­
able life.
5. Analysis and evaluation of renovating the existing facility vs. con­
structing a new facility: »develop construction cost estimate for
both.
6. Identify possible alternative uses for existing facility.
The goal of this project is to develop options and recommendation for reno­
vating the existing facility or construction of new facilities to accommodate
the delivery of psychiatric treatment. $100,000.00 has been funded for the
implementation of this study.
Submittals should include sufficient relevant information to evaluate your
team’seapabilities, including: project team organization; experience on simi­
lar projects; names, qualifications and experience of team leaders; and
description of project aproach.
Submittals must be received by 4:00 p.m. May 11, 1990 to be considered.
Send submittals to:
M ental Health and Developmental Disability Services Division
2575 Bittern Street N.E.
Salem, Oregon 97310
Attn: Doug Spencer
Phone: (503)378-2671
Dammasch State Hospital is an E qual O pportunity Employer.
REQUEST FOR PROPOSALS
PARKING LOT OPERATION AND MANAGEMENT
Metropolitan
Exposition-Recreation Commission
The Metropolitan Service District, acting by its Metropolitan Exposition-
Recreation Commission (MERC), will receive sealed proposals for the
operation and management of its Memorial Coliseum and Oregon Conven­
tion Center parking facilities until 2:00 p.m. Pacific Standard Time on
Friday, May 18, 1990, and thereafter shall be open and consider the
proposals.
Under the terms of the Parking Lot Operation and Mangement Contract, the
Contractor shall provide all labor, material, and equipment necessary to
operate and manage parking lot operations at the Memorial Coliseum and
Oregon Convention Center sites, as well as portions of the Portland School
District’s #1 parking facility. The contract term will be a period of three
years.
The Contractor is required to comply with all applicable Equal Opportunity
Laws and Regulations, the Metropolitan Service District’s “ Disadvantaged
Business Program” , and be on the City of Portland’s Equal Employment Op­
portunity approval list.
Before beginning performance of the Contract, the Contractor must have on
file with the City of Portland a certificate establishing that the Contractor has
qualified: 1) As a direct employer pursuant to ORS 656.407; or, 2) As a
contributing employer pursuant to ORS 656.411.
All proposals shall be on the forms furnished by MERC and kept separate
from any other submittal. All applicable blanks giving general information
must be filled in and the proposal must be signed by the Proposer or a duly
authorized agent. Any statement accompanying and tending to qualify a
proposal may be cause for rejection. Proposals which are incomplete, or fail
to respond to all items required in the proposal may be rejected.
MERC reserves the right to reject any and/or all proposals in whole or in part,
and to waive irregularities not affecting substantial rights.
For questions or further information and a copy of the complete Request of
Proposals, contact: Ed Contreras, Special Services Manager, Metropolitan
Exposition-Recreation Commission, 1401 N. Wheeler, 97227; P.O. Box
2746, Portland, OR 97208; (503) 235-8771; FAX (503) 230-6717.
CALL FOR BIDS
Multnomah County
Asphalt Concrete Pavement Overlay (Job No. 9-5)
Bids Due: May 15, 1990 at 2:00 p.m.
Bid No.: b61-200-4529
Sealed bids will be received by the Director of Purchasing, Multnomah
County Purchasing Section, 2505 S.E. 11th Ave., Portland, OR 97202 for:
An asphalt concrete Pavement Overlay on Cornelius Pass Rd. from US Hwy
30 to SW Skyline Blvd.
Plans and Specifications are filed with the Purchasing Director 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 Tri-County area.
PREBID CONFERENCE: NONE
PREQUALIFICATION OF BIDDERS: Pursuant to the Multnomah County
Public Contract Review Board Administrative Rules (AR 40.030) Prequali­
fication shall be required for this project for the following class(es) of work:
Asphalt Concrete Pavement and Oiling - Highways, Roads, Streets, and
Airport Runways.
Prequalification applications or statements must be prepared during the
period of one year prior to the bid date. Prequalification application and
proof of prequalification by the Oregon Department of Transportation must
be actually received or postmarked to Multnomah County Purchasing Sec­
tion by not later than 10 days prior to bid opening.
All bidders must comply with the requirements of the prevailing wage law
in ORS 279.350.
Details of compliance are available from Larry Weaver, Purchasing Sec­
tion, Department of General Services, 2505 SE 11th Ave., Portland OR
97202, (503) 248-5111.
Contractors and subcontractors must be licensed for asbestos abatement
work if the project involves working with asbestos.
No proposal will be considered unless accompanied by a check payable to
Multnomah County, certified by a responsible bank, or in lieu thereof, a
surety bond for an amount equal to ten percent (10%) of the aggregate pro­
posal. The successful bidder shall furnish a bond satisfactory to the Board
in the full amount of the contract.
Multnomah County reserves the right to reject any or all bids.
Lillie Walker, Director
Purchasing Section
Barth Year l-9>9«0
Be Friendly to This Planet . . . . it's the Only
One We Have
Conserve • Recycle
Plant A Tree for the Ozone Layer
For Future Generations . . . .
Remember Only You Can Make A Difference!
Brought lo You as a public service announcement from the Portland Observer