Page 12 The Portland Observer June 27, 1990 B ids /S ub -B ids / L egal & P ublic N otices CLACKAMAS COUNTY SCHOOL DISTRICT NO. 62 Oregon City, Oregon Rebuilding of Destroyed Wing GARDINER MIDDLE SCHOOL Bids Due: 2:00 P.M., PDT, W ednesday, July 18, 1990 Sealed bids will be received by Mr. Don Tank, Superintendent, Clackamas County School District No. 62, until 2:00 p.m., PDT, on Wednesday, July 18, 1990, for the rebuild of destroyed wing at Gardiner Middle School, to be constructed in Oregon City, Oregon. Proposals will be in the form of a lump sum for all work described below. Bids will be opened and publicly read aloud in the office of the Superintendent, located at 1417 12th Street, Oregon City, Oregon 97045. Bids received after said time for opening will not be considered. Briefly, the Work consists of demolition of a small portion of fire damaged structure; rebuild of approximately 15,500 S F of classroom area; and the addition of two (2) new fire hydrants and a 2O'-O" wide fire access lane on the site; and rehabilitation of the existing asphalt parking lo t Bidding Documents describing the contractual requirements, material specifications, physical characteristics of the Work and the method for submitting bids in detail are ready for inspection. Bidding Documents may be obtained by prime bidders at Söderström Architects, P.C., located at 320 S W. Stark Street, Suite 690, Portland, Oregon 97204, telephone 503/228-5617, upon deposit of one hundred dollars (S 100.00). Deposits will be returned to unsuccessful bidders upon return of sets in unmarked and good condition to the Architect’s office within ten (10) days after receipt of bids. Bidding Documents may be examined at: Daily Journal of Commerce Plan Center, Portland, Oregon Construction Data Plan Center, East Side, Portland, Oregon Construction Data Plan Center, West Side, Portland, Oregon Dodge Scan, Seattle, Washington Bidders are required to attend a prebid conference, which will be held at 2:00 p. m., PDT, July 10,1990. all prospective bidders are to meet in the Administration Office, located at 1417 12th Street, Oregon City, Oregon 97045,503/656-4283. Project manager is Richard Ardueser, Söderström Architects, P.C. Bidders are reminded of the fact that public funds will be used for this Work and, therefore, certain provisions of the Oregon Revised Statutes must be observed, among which is law (ORS 279-350) pertaining to prevailing wage rates as provided by the State Bureau of Labor. Bids shall be made out on official forms (a sample of which may be found in the Bidding Documents), and shall be accompanied by a certified check, cashier’s check, or bid bond payable to Clackamas County School District No. 62, in the amount equal to ten percent (10%) of the total amount of the proposal. Such bid security constitutes liquidated damages for the Owner, should the apparent low bidder fail to execute in favor of Clackamas County School District No. 62. The successful bidder will be required to furnish a performance bond and a labor and materials payment bond, each in the amount of one hundred percent (100%) of the contract amount, and executed in favor of Clackamas County School District No. 62. Bidding requirements specify that bidders will be prevented from withdrawing their proposals for a period of thirty (30) calendar days after bid opening. Clackamas County School District No. 62 reserves the right to accept or reject any or all bids, and to waive any informalities. Owner: Mr. Don Tank, Superintendent Administration Office CLACKAMAS COUNTY SCHOOL DISTRICT NO. 62 1417 12th Street Oregon City, Oregon 97045 503/656-4283 Architect: SÖDERSTRÖM ARCHITECTS, P.C. 320 S.W. Stark Street Suite 690 Portland, Oregon 97204 503/228-5617 Richard H. Ardueser, Project Manager Advertised: Daily Journal of Commerce: June 17, 1990 July 6, 1990 The Portland Observer June 27, 1990 July 3, 1990 MULTNOMAH COUNTY ASPHALT C O N C R ETE PAVEMENT OVERLAY (R e-bid/Project 1107R) Bids Due July 12,1990 AT 2:00 p.m. Bid No. B61-200-4675 Sealed bids will be received by the Director of Purchasing, Multnomah County Purchasing Section, 2505 S.E. 11th Ave., Portland, OR 97202 for: Class “ B” Polymer modified Asphalt Section, 2505 Concrete Pavement Overlay on Cornelius Pass Road (from US Hwy. 30-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) Prequalification shall be required for this project for the following class(es) o f work: Asphalt Concrete Pavement and Oiling-Highways, Roads, Streets. 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 Section 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 Section, Department of General Services, 2505 SE 11 th Ave., Pordand, 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 proposal. 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 ail bids. L IL L IE W ALKER, DIRECTOR r PURCHASING SECTION REQUEST FOR PROPOSALS The Metropolitan Service District (Metro) is soliciting proposals for Review and Evaluation Services for the St. Johns Landfill Closure Cost Estimates and Construction Documents. Sealed proposals must be delivered to the Solid Waste Department, Metropolitan Service District, 2000 S.W. First, Avenue, Portland, OR 97201-5398, to the attention of Linda M. Pang-Wright, Project Engineer no later than 11:00 a.m., P.S.T., on Thursday, July 26, 1990. Potential Proposers may obtain specifications and Proposal Documents by contacting the solid Waste Department at 221-1646. Metro may reject any Proposal not in compliance with all prescribed public hearing procedures and requirements and may reject for good cause any or all Proposals upon a finding of the agency that it is in the public interest to do so. I CITY O F SALEM , OREGON DEPARTM ENT OF PUBLIC W ORKS DEPARTM ENT OF GENERAL SERVICES INVITATION FOR BIDS Solicitation No. 90-12 INVITATION TO BID FOR TH E INSTALLATION OF TRAFFIC SIGNALS; CENTER STREET AT H IG H STR E ET; MARION STREET AT CHURCH STREET AND CH EM EK ETA STREET AT C OM M ERCIAL/ LIBERTY/HIGH 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 ., July 11, 1990, at which time said bids will be publicly opened and read aloud in the City Council Chambers, Room 240, 555 Liberty Street S.E., Salem, Oregon for the project specified herein. The proposed work consists of: The removal of existing traffic signal equipment and installation of new equipment at the intersections of Center Street with High Street, Marion Street with Church Street and Chemeketa Street with Commercial/ Liberty/HighV Also, the installation of additional conduit, wiring, a service cabinet and junction boxes, as shown on interconnect plans, and appurtenant work. Plans, specifications and other bid documents may be inspected and obtained at the office of the City of Salem, Department of Public Works, 555 Liberty Street S.E., Room 325, Salem, Oregon (503) 588-6211). The bidder shall not file the book of “ Standard Construction Specifications” with his bid. Bids must be submitted on the proposal forms furnished to the bidders. Proposals shall be submitted in a sealed envelone Dlainlv marked ‘BID ON TR A FFIC SIGNAL REPLACEM ENT: AT FIVE DOW NTOW N INTERSECTIONS- Bid #3731" and show the name and business address of the bidder. Anv objections to or comments upon the bid specifications must be submitted in writing to the DeDartment of Public Works. Room 325. 555 Liberty Street. SE. Salem OR 97301. Thev must be received no later than five (5) workine davs 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. Unsuccessful bidders will have their security refunded to them when the contract has been awarded. 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 hiscontracL 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.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 nonresDonsive. The City of Salem reserves the right to reject any or all bids, to waive formalities 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 o f the bid specifications should be directed to Jerry Wymore, Project Manager, at 588-6211. CATEGORY O F W O RK INVOLVED: TRAFFIC SIGNALS GARY A. KANZ, C.P.M. PURCHASING SUPERVISOR The Portland Development Commission will receive sealed Bids for: Supply Trees for Airport Way Landscaping Phase I City of Portland, OREGON, until 4:00 p.m.. Pacific Standard Time (PST) on July 9,1990, at 1120 S.W. Fifth Avenue, Suite 1100, Portland, Oregon 97204-1968, at which time and place all Bids will be publicly opened and read aloud. A prebid conference will be held on June 27,1990 at the Portland Development Commission office. Contract Documents, including Drawings and Specifications, are on lile 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 Larry Roberts at 228-6320. Copies of the Contract Documents may be obtained at u.c Portland Development Commission beginning June 25, 1990 and thereafter. Each such deposit will be refunded if the Drawings and Contract Documents are returned, unmarked and in good condition within ten (10) days after the Bid Opening. 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 Prequahfication Application (attached to the bid package) and filed with the Portland Development Commission no later than five (5) business days 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 Development Commission, negotiable U.S. Government Bonds (at par value), o ra satisfactory 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 Performance and Payment Bond or Bonds. Attention is called to the fact 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 INVITATION TO BID Supply Trees for Airport Way Landscaping Phase I The Portland Development Commission is committed to taking affirmative action to encourage 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 qualified 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 of the total dollar amount of this contract The Portland Development Commission reserves the sole right to reject any or all bids or to save 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 Portland. This notice supercedes the prior public notice issued June 15, 1990. Portland Development Commission Patrick L. LaCrosse Executive Director ADVERTISEMENT TO PROPOSE MULTNOMAH COUNTY MAIN LIBRARY ROOF Bids Due July 12, 1990 at 2:00 P.M. Bid No. B61-550-4627 Sealed bids will be received by the Director of Purchasing, Multnomah County Purchasing Section, 2505 S.E. 11th Ave., Portland, OR 97202 for: Replacement of Roof 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: MANDATORY 10:00 am June 27, 1990 810 SW 10th Portland OR PREQUALIFICATION OF BIDDERS Pursuant to the Multnomah County Public Contract Review Board Administrative rules (AR 40.030) Prequalification shall be required for this project for the following class(es) of work: Roofing 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 Section 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 Section, 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 pcrcent(10%) of the aggregate proposal. 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 W ALKER, DIRECTOR PURCHASING SECTION OREGON CONVENTION CENTER C O M PUTERIZED VIDEO INFORM ATION SYSTEM The Metropolitan Service District (MET RO) is seeking proposals for the procurement and installation of the Computerized Video Information System of the Oregon Convention Center. Copies of the Proposal Documents are available from the Convention Center Project Office at the address shown below; call (503) 221 - 1646 for availability. Submit in writing questions regarding the Proposal Documents to Berit Younie of the Convention Center Project Office at (530) 221-1646. Clarification requests must be received before 5 p.m., Friday, July 6, 1990. A summary of the questions and answers will be sent by Addendum to those who have received copies of the Proposal Documents. Goals on this contract for participation of M etro’s Disadvantaged and Women Business Program have been set at 1% and 2.75% respectively. If subcontracting is proposed, proposers must meet these goals or demonstrate good faith efforts to do so. Proposers shall comply with provisions of, ORS 279.350 regarding prevailing wage rates. Deliver Proposals by 2 p.m., Friday, July 13,1990 to: METRO Attn: Berit Younie Convention Center Project Office 2000 S.W. First Avenue, Suite 150 Portland, Oregon 97201 METRO reserves the right to reject any or all proposals and to waive any or all proposal irregularities upon a finding by METRO that it is in the public interest to do so. INFORMATIONAL PORTLAND ADVERTISEMENT PUBLIC SCHOOLS CALL FOR BIDS Sealed b id s w i l l be rece ive d u n t il 1:00 p.m. on the d a te s in d ic a t e d in th e P u rc h a s in g D e p a rtm e n t, Multnomah County School D i s t r i c t #1J, 501 N. Dixon, P o rtla n d , Oregon f o r the item s li s t e d h e re in : REQUEST FOR PROPOSALS BID FILING DATE The Metropolitan Service District (Metro) is soliciting proposals for design/ provision/installation/testing and maintenance of computer network software and hardware at three sites. Sealed proposals must be delivered to the Solid Waste Department, Room 320, Metro, 2000 SW First Avenue, Portland, OR 97201- 5398, to the attention of Jeff Stone, Planner/Analyst, no later than 1 p.m. PST, Monday, July 16, 1990. Potential proposers may obtain a scope of work and proposal documents by contacting Jeff Stone at (503) 221-1646, ext. 256. A preproposal conference will be held Monday, July 9, 1990 in Room 440, Metro, 2000 SW First Avenue, Portland, OR. Metro may reject any proposal not in compliance with all prescribed procedures and requirements and may reject any or all proposals upon a finding of the agency that it is in the public interest to do so. BID TITLE J u ly 10, 1990 Pavement R e surfacing, S.W. 81 st Ave. - West Sylvan M iddle School J u ly 17, 1990 Armored Car S e rvice , 1990-91, 1991-92, And 1992-93 Disposable S upplies For C a fe te ria s , 1990-91 H ealth In s tr u c tio n K its Replacement Of A ir F ilt e r s - V arious Schools (Req. C o n tra ct) Science Equipment For West Sylvan And Various Schools, 1990-91 ADVERTISEMENT FOR BID Formal announcement, d e ta ile d s p e c ific a tio n s and b id d in g document may be o b tain ed a t the above address. For a d d itio n a l in fo rm a tio n , please co n ta ct M. J . Hutchens, D ir . o f P urchasing, 249-2000, Ext. 581. Scaled bids for the Campus Lighting project will be received by the Oregon State Board of Higher Education until 10:00 AM, local time, July 12, 1990. Additional information may be obtained by contacting the OSU Physical Plant, Adams Hall, Corvallis, Oregon 97331-2001 or telephone 503-737-4921. k I • > ■ ■ ». ■ •