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