Portland observer. (Portland, Or.) 1970-current, March 20, 1991, Page 10, Image 10

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

    Page 10--The Portland Observer- March 20, 1991
i
Portland Observer
i
CLASSIFIEDS
CITY OF GRESHAM
MID-COUNTY N.E. 188TH, 191ST AND GLISAN
COLLECTOR SEWERS
PROJECT NO. 3048
Proposals due 10:00 am, April 2nd
REQUEST FOR BIDS
Sealed proposals will be received by the City Engineer, at the City Hall, 1333 N. W.
Eastman Parkway, Gresham, Oregon 97030, until Tuesday, April 2 ,1 991,10:00
a.m., Pacific Standard Time, at which time they will be opened, for the construc­
tion of the MID-COUNTY N.E. 188TH, 191 ST AND GLISAN COLLECTOR
SEWERS, PROJECT NO. 3048.
The major quantities involved are as follows: Project No. 3048: L.F. 1800-10"
Gravity Sewer Pipe; L.F. 5500-8" Gravity Sewer Pipe; L.F. 700-6" Gravity Sewer
Pipe; ¿.F. 4500-4/6" Service Lateral Pipe; Each 27-Manholes.
Contractor for this work shall furnish all labor at current U.S. Department of Labor
prevailing wage rates, materials and equipm ent and services of all kinds to
complete the work in accordance with the plans and specifications therefore.
Plans and specification may be examined at the office of the Gresham City Engi­
neer, 1333 N.W. Eastman Parkway, Gresham, Oregon. Copies of said plans and
specifications may be obtained upon application to the City Engineer and by
posting a non-ref undable fee of $25.00 with the City Engineer for each set of plans
and specifications requested.
Contractors must prequalify for sanitary sewer construction 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 delivered to the Engineering Division, City of
Gresham, in a sealed envelope plainly marked, “ SEALED BID ON MID-COUNTY
N E . 188TH, 191 ST AND GLISAN COLLECTOR SEWERS, PROJECT NO.
3048” bearing the name and address of the bidder. Each 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 perform­
ance of the terms of the contract at the time of contract execution.
Each bid must contain a statement as to whether the bidder is a resident bidder,
as defined in ORS 279.029.
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 percent, if any, of the preference given to that
bidder in that state in which the bidder resides.
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 infor­
mation or to accept any bid which appears to serve the best interests of the City.
The City of Gresham is an equal opportunity employer.
BY ORDER OF THE CITY COUNCIL
1333 N.W. Eastman Parkway
Gresham, Oregon 97030
OREGON DEPARTMENT OF ENERGY
REQUEST FOR PROPOSALS
On-Site HVAC Controls Training
Deadline: April 19,1991
•
; >
7
■ -
!:
7
The Oregon Department of Energy is seeking proposals from firms and individu-
als qualified to provide training in efficient operation of HVAC control systems for
Oregon schools and local governments. The work requires travel throughout the
state. The training is planned for two years, beginning in July 1991, contingent on
future funding approval.
The contract will be 100 percent funded by the Bonneville Power Administration
and the US Department of Energy.
The complete RFP will be available March 22,1991. To obtain acopy, call Jan Sim-
mons, 503-378-6968, or toll-free in Oregon 1 -800-221 -8035. NO LATE PROPOS-
ALS WILL BE ACCEPTED.
— ————
—
............................. ....
■■
1 .7
r 4*.
j
►jr
»
» .
’i
I
CITY OF SALEM, OREGON
DEPARTMENT OF PUBLIC WORKS
DEPARTMENT OF GENERAL SERVICES
CITY OF SALEM, OREGON
DEPARTMENT OF PUBLIC WORKS
DEPARTMENT OF GENERAL SERVICES
INVITATION TO BID
RELAMPING OF TRAFFIC SIGNALS
MISSION STREET LIFT STATION
EMERGENCY STAND-BY GENERATOR REPLACEMENT
The City of Salem will receive sealed bids at the office of the City Recorder, Room
205, City Hall, Salem, Oregon 97301, until, but not after 11:00 a.m., April 10,1991,
at which time said bids will be publicly opened and read in the City Council
Chambers, Room 240, 555 Liberty Street S.E., Salem Oregon, for the project
specified herein.
The proposed work consists of: removing the existing generator-engine and fur­
nishing and installing an improved generator set which involves making all of the
required connections to the existing electrical and fuel systems, and required
exhaust piping for a complete and operational emergency stand-by power unit.
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 St. 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 envelope plainly marked "BID ON THE MISSION
STREET LIFT STATION EMERGENCY STAND-BY GENERATOR REPLACE­
MENT - Bid #3838", and show the name and business address of the bidder.
All bidders shall submit, with their bid proposals, catalog literature including:
physical size and dimensions; continuous and starting characteristics of proposed
generator set, and general descriptive information of required accessories. Bids
that do not include this information will be considered nonresponsive and will not
be considered.
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, Sa­
lem OR 97301. They must be received no later than five (5) 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 bid security.
Unsuccessful bidders will have their security refunded to them when the contract
has been awarded.
No bid, 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.
RECIPROCAL PREFERENCE LAW: In compliance with ORS 279.029, bidders
must state on their proposal whether they are a resident or non-resident bidder.
Proposals that fail to provide this information will be considered non-responsive.
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.
Price quoted shall be firm for a period of 30 days after the closing date.
The atte. ■ tion 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.
NOTE: A MANDATORY site orientation will be held at the Mission Street Lift
Station; 821 Saginaw Street S; Salem OR 97302, at 9 a.m., on March 29,1991.
Only one conference will be held. All bidders MUST attend. Attendance at the en­
tire site orientation, which is expected to last approximately 1 hour is required.
Inquiries concerning the contents of the bid specif ¡cations should be directed to: Bill
Light,Water Production Supervisor, at 588-6063.
CATEGORY OF WORK INVOLVED: Generators, Stationary Type
Gary A. Kanz, C.P.M.
Purchasing Supervisor
BID NO. 3838
CLOSING: April 10,1991 @ 11:00 a.m.
■
NOTICE OF INTENT
The Oregon Department of Transportation, Highway Division, District 4, re­
quests Statements of Qualifications from consulting firm s with experience in
preparation of underground fuel storage tank remediation plans.
District 4 removed many underground fuel storage tanks this past summer with
significant leaks found at some of the sites - Newport, Waldport, and Grand
Ronde. Preliminary site reports, with test results, are attached.
The Grand Ronde site has an additional degree of complication. The old fuel
house contains asbestos in the walls and ceilings and this fuel house must be
removed as part of the site cleanup. It is also our intent to fully comply with all
applicable rules and regulations pertaining to asbestos.
It is the intent of the Division to thoroughly clean up these Leaking Underground
Storage Tank (LUST) sites in full compliance with all applicable Oregon D.E.Q.
rules and regulations. The Division does not have the expertise to accomplish
this.
The Division’s objectives for the LUST clean ups are as follows for each of the
three sites (Newport, Waldport, and Grand Ronde):
1. If not already completed, finish initial site
characterization in accordance with OAR 340-122-230.
2. Conduct site investigations in accordance with OAR
340-122-240.
3. Prepare a corrective action plan in accordance with
with OAR 340-122-250.
At the completion of these objectives, the Division, at its option, may contract
with the selected consultant for all or a portion of the following at any one of the
three sites.
1. Implement a corrective action plan.
2. Monitor the Division or an independent contractor
doing the corrective action.
3. Prepare all reports required by regulatory agencies.
If you are interested in being considered, A Request for Qualifications (RFQ)
can be obtained by calling or writing Program Section, 307 Transportation Build­
ing, Salem, OR 97310; telephone (503) 378-6563.
RFQs will not be faxed or sent by express mail.
Statement of Qualifications are due by April 10,1991.
Say you saw It In the
Portland Obaarvar
» Advertising
& Employment
» Blds/Sub-Blds
INVITATION TO BID
The City of Salem will receive sealed bids at the office of the City Recorder, Room
205, City Hall, Salem, O regon, until, but not after 11:00 a.m., April 3,1991, at which
time said bids will be publicly opened and read in the City Council Chambers,
Room 240, 555 Liberty Street S.E., Salem, Oregon, for the project specified
herein.
The proposed work consists of: removal and replacement of all lamps in various
traffice signal facilities currently maintained by the City of Salem (red lamps only
in the 3M programmed heads. No lamp replacement in the illuminated signs) and
other such incidental work as called for by the plans and specifications.
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 St. S.E.,
Room 325, Salem, Oregon ((503) 588-6211).The bidder shall not file book of
"Standard Construction Specifications” with his bid.
Bids must be submitted on the proposal forms furnished to the bidders. Propos­
als shall be submitted in a sealed envelope plainly marked “ BID ON THE REL­
AMPING OF TRAFFIC SIGNALS 1990-91 - Bid #3840", 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, Sa­
lem OR 97301. They must be received no later than five (5) 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 bid security.
Unsuccessful bidders will have their security refunded to them when the contract
has been awarded.
RECIPROCAL PREFERENCE LAW: In compliance with ORS 279.029, bidders
must state on their proposal whether they are a resident or non-resident bidder.
Proposals that fail to provide this information will be considered non-responsive.
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.
Price quoted shall be firm for a period of 30 days after the 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: Jerry Wymore, Project Engineer, at 588-6211.
CATEGORY OF WORK INVOLVED: Traffic Signals
Gary A. Kanz, C.P.M.
Purchasing Supervisor
BID NO. 3840
C IT Y O F S A L E M , O R E G O N
D E P A R T M E N T O F G E N E R A L S E R V IC E S
P U R C H A S I N G D IV IS IO N
INVITATION TO BID
1991 S lu d g e Lag o o n C leaning
The City of Salem will receive sealed bids at the office of the City Recorder, Room 205, City
Hall, Salem, Oregon 97301, until, but not after 1 1 :00 a.m., A pril 17,1991, 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., Rcom 330, Salem, Oregon 97301, telephone (503) 588-6211.
Bids must be submitted on the proposal forms furnished to the bidders. Proposals shall be
submitted in a sealed envelope plainly marked "BID ON THE 1991 SLUDGE LAGOON
CLEANING • Bid #3841". 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; Engineering Division; Room 325; 555 Uberty Street SE,
Salem, OR 97301. They must be received no later than five (51 working davs before the bid
closing date.
RECIPROCAL PREFERENCE LAW : In compliance with ORS 279.029, bidders must state
on their proposal whether they are a resident or non-resident bidder. P ro p o sals th a t fail
to provid e this In fo rm a tio n w ill be c o n sid e red n o n -resp o n sive.
The City of Salem reserves the right to reject an or all bids, to waive formalities and of
INVITATION FOR BIDS
Solicitation No. 91-16
postponing the award of the contract for thirty (30) days. Price quoted shall be firm for a
period of 30 days after the closing date.
The Portland Development Commission will receive sealed Bids for:
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
Demolition and Site Clearance for Block 89 and Site Preparation for
Block 36
for immediate termination of this contract without recourse by the contractor.
NOTE: A MANDATORY SITE ORIENTATION will be held at the Willow Lake Treatment
until 4:00 p.m., Pacific Standard Time (PST) on March 26, 1991, 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 mandatory
prebid conference will be held on March 20,1991 at the Portland Development
Commission office. A mandatory jobsite tour will be held on March 20,
1991.
Contract Documents may be obtained from the Portland Development
Commission. Bids shall be submitted on the forms provided, with no
changes to these forms allowed. Inquiries should be directed to Larry
Roberts, 252-9344.
All bidders must file for prequalification no later than March 26, 1991,
1:30pm, in accordance with the Instructions to Bidders, and ORS 279.039(1),
in the following City of Portland categories: Demolition and Site Clearance.
A 10% bid guaranty as outlined in the Instructions to Bidders must
accompany the bid. The successful Bidder will be required to furnish and
pay for satisfactory Performance and Payment Bond or Bonds. Minimum
salaries and wages as set forth in the Contract Documents must be paid on
the Project. The bidder must be licensed under ORS 468.883.
No hid will be considered or received by the Commission unless the bid
contains a statement by the bidder as a part of its bid that the provisions of
ORS 279.350 or 40 U.S.C. 276a are to be complied with. Each bid must
contain a statement as to whether the bidder is a resident bidder as defined
in ORS 279.029. The Commission may reject any bid not in compliance
with all prescribed public bidding procedures and requirements, and may
reject for good cause any or all bids upoin a finding of the agency it is in the
public interest to do so.
The Portland Development Commission is committed to acting affirmatively
to encourage and facilitate the participation of Emerging Small Businesses
(ESB), Minority Business Enterprises (MBE), and Women Business Enterprise
(WBE) in Commission projects and operations. Responsible bidders must
comply with established goals in this project as contained in Attachment A
to these bid documents. Bidder shall be certified as an EEO Affirmative
Action Employer as prescribed by Chapter 3.1OO of the Code of the City of
Portland.
Portland Development Commission
Patrick L. LaCrosse
Executive Director
Plant, at 10a.m.. on April 4 .1 9 9 1 .1990. Only one orientation will be held. All bidders MUST
attend. Attendance at the entire orientation,which is expected to last approxim ately^
hour(s) is required.
Inquiries concerning the contents of the bid specifications should be directed to: Barry
Evensen, Biogro Supervisor, Willow Lake Treatment Plant,at (503) 588-6380.
CATEGORY OF WORK INVOLVED: SLUDGE LAGOON CLEANING AND HAULING
Gary A. Kanz, C.P.M.
Purchasing Supervisor
W.O. #22649 (70020)
INFORMATIONAL ADVERTISEMENT
DEPARTMENT OF TRANSPORTATION
HIGHWAY DIVISION
CALL FOR BIDS
Sealed bids will be received until 9 a m. on March 28,1991, for the project
listed below:
County
Lake
Adel rock Production Project on Warner Hwy.
(R. OR 140) approx. 20 m. W. of Adel
Klamath Willamette Rock Production Project on Willamette
Various Hwy. (OR-58). District 12 Oiling Projects -1991
comprised of Franklin Hill Summit-Nye Jet. Sec of
Heppner Hwy. (OR Rte. 74) SW of Pilot Rock, Morrow
& Umatilla Counties; and on Kimberly-North Fork
John Day River Sec. of Kimberly-Long Creek Hwy.,
Grant Co.
Union
Island City-M.P. 4.6 Sec. of Cove Hwy. (OR-237).
Pave & oil.
Plans, specifications, and bid documents may be obtained in Rm. 10, Trans­
portation Building, Salem, OR 97310. Prime contractors must be prequali­
fied ten days prior to the bid opening day. For additional information, please
contact Commission Services at 378-6526.
If your business is not certified as a Disadvantaged Business Enterprise
(DBE) or a Women Business Enterprise (WBE), please contact the Office
of Minority, Women, and Emerging Small Business at 155 Cottage
Salem, OR 97310, phone (503) 378-5651.
¡«5
*
‘V
■■s.
•2V
t
«•*. *r*r^ '* *