Portland observer. (Portland, Or.) 1970-current, April 10, 1991, 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.

    Hage 12-The Portland Observer April 10, 1991
i
Portland Observer
CLASSIFIEDS
CITY OF SALEM, OREGON
DEPARTMENT OF PUBLIC WORKS
DEPARTMENT OF GENERAL SERVICES
INVITATION TO BID
FOR THE INSTALLATION OF FIVE TRAFFIC SIGNALS - 1990/91:
COMMERCIAL STREET AT STATE STREET; CHURCH STREET AT
CENTER STREET AND AT CHEMEKETA STREET; LIBERTY
STREET AT MARION STREET AND AT CENTER STREET
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., April 24,1991, 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 Commercial with State
Street; Church Street with Center Street and with Chemeketa Street; Liberty Street
with Marion Street and with Center Street. Also, the installation of additional
conduit, junction boxes, wiring, and controller with cabinet, as shown on 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 envelope plainly marked "BID ON THE TRAFFIC
SIGNAL REPLACEMENT AT FIVE DOWNTOWN INTERSECTIONS -1990/91 -
Bid #3850, 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 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 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
o post the PWR can be made ineligible to receive any public works contract for up
o 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,
’ roposals 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.
Prices 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.
nquiries concerning the contents of the bid specifications should be directed to:
Jerry Wymore, Project Manager, at 588-6211.
CATEGORIES OF WORK INVOLVED: Traffic Signals
Gary A. Kanz, C.P.M.
Purchasing Supervisor
BID NO. 3850 CLOSING: April 24,1991 @ 11:00 a.m.
NOTICE OF INTENT
The Oregon Department of Transportation, Highway Division, is seeking qualifica­
tions from consulting engineering firms with demonstrated experience in the area
of subsurface investigation, design, and construction of tunnels. The project is
located at the existing Elk Creek Tunnel, M.P. 39.81 on the Umpqua Highway in
Douglas County, approximately four (4) miles east of Elkton.
The estimated fee for these services ranges from $150,000 to $180,000. The
schedule for completion of the design portion of these services is June, 1992. The
successful consultant will enter into a personal service contract under which the
method of payment will be cost plus fixed fee.
If you are interested in being considered, a Request for Qualifications (RFQ) can
be obtained by calling or writing Program Section, 307 Transportation Building,
Salem, OR 97310; telephone (503) 378-6563. The RFQ will not be sent by FAX or
express mail.
Statement of Qualifications are due May 2,1991.
ADVERTISEMENT FOR BIDS FOR
PRINTING SERVICES
The Metropolitan Service District is soliciting bids for printing services for a "solid
waste rates” direct mail piece. Sealed bids must be delivered to the Public Affairs
Department, Metropolitan Service District, 2000 SW First Ave., Portland, OR
97201-5398, to the attention of Dave Kanner, senior public affairs specialist, no
later than 2 p.m., April 22,1991, at which time they will be publicly opened in the
council chamber. Potential bidders may obtain specifications and bid documents
by contacting Dave Kanner at 221-1646, ext. 165. Metro may reject any bid not in
compliance with all prescribed public bidding procedures and requirements and
may reject tor good cause any or all bids upon a finding of the agency that it is in
the public interest to do so.
No bid will be received or considered by Metro unless the bid contains a statement
by the bidder that the provision of ORS 279.350, regarding prevailing wage rates,
are to be com plied with.
REQUEST FOR PROPOSALS
FOR DESIGN AND PRODUCTION OF MECHANICAL
(CAMERA READY ART)
FOR METRO WASHINGTON PARK ZOO’S
DIRECTIONAL SYSTEM AND BUILDING INFORMATION SIGNS
91R-10-Z
The Zoo Departm ent of the Metropolitan Service District is requesting proposals
for design and production of m echanical (camera ready art) for a directional sys­
tem and building identification signs. Proposals will be due April 22,1991 by 4:00
p.m. local time at the Zoo’s Adm inistration Office, 4001 SW Canyon Road, Port­
land, OR 97221, Attn: A.M. Rich. Details concerning this project can be obtained
by contacting Jennifer Agnew, 226-1561, ext. 246.
ADVERTISEMENT FOR BIDS
The Metropolitan Service District (Metro) is soliciting bids for RFB# 91B-13-SW-
Grinding of Wood and Yard Debris at the St. Johns Landfill. Sealed Bids must be
delivered to the Solid Waste Department, Metro, 2000 SW First Avenue, Portland,
OR 97201 -5398, to the attention of Ray Barker, Assistant Facilities Manager, no
later than 3:00 p.m. PDT, Monday, April 22,1991 at which time they will be publicly
opened in the Council Chamber.
Potential Bidders may obtain bid documents by contacting Ray Barker at 221-
1646. Metro 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 upon
a finding of the agency that it is in the public interest to so.
MULTNOMAH COUNTY
Library Roof Rebid
Bids Due April 16,1991 at 2:00 P.M.
Bid No. B61-150-5584
Sealed bids will be received by the Director of Purchasing, Multnomah County Pur­
chasing Section, 2505 S.E. 11th Ave., Portland, OR 97202 for:
Rebid Removal & Replacement of Roofing and Rain Drain Riser Replacement
Main Library 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: 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) 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 prequalifi­
cation 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 Jan M. Thompson,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 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 all bids.
LILLIE WALKER, DIRECTOR
PURCHASING SECTION
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 P U B L IC W O R K S
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
INVITATION TO BID
M A R - C IE G A R D E N S S A N IT A R Y S E W E R
IM P R O V E M E N T
1 0 -IN C H F O R C E M A IN P H A S E B A N D C
C A R LETO N W AY W ALKW AY
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., April 24,1991, 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: Approximately 3,200 linear feet of 10-inch ductile
iron force main, 4 valves, 2 special manhole,a and a 175 linear foot bore under
Highway 22.
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 envelope plainly marked "BID ON THE MAR-CIE
GARDENS SEWER IMPROVEMENT- Bid #3866” , 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 ,5 5 5 Liberty Street, SE, Sa­
lem OR 97301. They must be received 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
las been awarded.
Mo 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
lis proposal) that the provisions of ORS 279.350 shall be included in his contract.
Every subcontractor is required to post the applicable Prevailing Wage Rates
(PWR) in a conspicuos and accessible place in or about the work-site for the
duration of the job. Contractors and subcontractors who intentionally fail to post the
3WR 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 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.
nquiries concerning the contents of the bid specifications should be directed to:
Joe Brobston, Project Engineer, at 588-6211.
CATEGORIES OF WORK INVOLVED: Sewer construction
Gary A. Kanz, C.P.M.
Purchasing Supervisor
BID NO. 3866
CLOSING: April 24,1991 @ 11:00 a.m.
Division A
Advertisement to Bid
Sealed bids for Boiler #4 Modification, University of Oregon, Eugene, Oregon will
be received ny the Oregon State Board of Higher Education at University of Oregon
Physical Plant Department, 1295 Franklin Boulevard, Eugene, Oregon 97403,
until 4:00 PM PDT, Wednesday May 8,1991. Bids thus received will be publicly
opened and read aloud in the Physical Plant Conference Room 2.
Briefly, the work is described as the conversion of the Boiler #4 from wood fuel to
natural gas, along with associated control modifications. The boiler is located at the
Physical Plant of the University in Eugene, Oregon.
The University has pre-purchased the economizer and the gas/oil burner for instal­
lation under this contract.
Bidding documents may be examined at the off ice of Steam Engineering, Inc., 6400
SW Canyon C T „ #20, Portland, Oregon 97221 : U of O Physical Plant Department,
Eugene Builders Exchange, Eugene;Daily Journal of Commerce Plan Center,
Construction Data Plan Center East side, and Construction Data Plan Center West
side, Portland: Klamath Builders Exchange, Klamath Fails; Oregon Builders
Exchange, Roseburg; Medford Builders Exchange, Medford; Salem Builders Ex­
change, Salem; Dodge/Scan, Seattle, Washington; and Valley Plan Center, Kent,
Washington.
Bidders may obtain one copy of contract documents at the Engineer’s office upon
receipt of cash or check in the amount of $50.00 made payable to the Engineer.
Deposit made upon procurement of the bidding documents will be refunded upon
the return thereof in good condition of the actual bidders within ten days after the
opening of bids. Non bidder deposits will be refunded if documents are returned
in good condition no later than 7 days from the date of bid opening. Sub-bidders
and suppliers may obtain sets, and prime bidders may obtain actual sets, by paying
the cost of the reproduction which is not refundable.
A mandatory pre-bid conference will be held at the U of O Physical Plant Dept.,
Conference Room 2 on April 18,1991 at 10:00 am, PDT.
Bids will be received on lump sum basis for all of the work. No bid will be consid­
ered unless fully completed in the manner provided by the “ Instructions to Bidders”
found in the Project Manual, upon the Bid Form provided, and accompanied by Bid
Security.
All bidders must comply with OR-279.348-279.365 relating to prevailing rates of
wage, and ORS-279.029 relating to resident or nonresident status.
The Owner may reject any bid not in compliance with all prescribed public bidding
procedures and requirements and may, for good cause, reject any and all bids
upon a finding of the Owner that it is in the public interest to do so. No bidder may
withdraw or modify a bid after the hour set for receipt of bids, and thereafter until
the lapse of 30 days after the bid opening.
OREGON STATE BOARD OF HIGHER EDUCATION
By: George C. Pernsteiner
Associate Vice-Chancellor
Eugene, Oregon
HOUSING AUTHORITY OF THE
COUNTY OF CLACKAMAS
INVITATION FOR BIDS
Project Number:OR 16P001021 Project Name:Development 1 -21
Sealed bids for the construction of 9 three-bedroom units at three different
sites in the form of a duplex, a triplex, and a fourplex in Clackamas County
will be received at the office of The Housing Authority of the County of
Clackamas at 13930 S. Gain, Oregon City, OR 97045 until two o ’clock P.M., May
8,1991; and then publicly opened and read aloud at said office.
The Information for Bidders, form of Bid Proposal, Bid bond, Contract, and Perform­
ance Payment Bond, Plans, Specifications, and other contract documents may be
examined at the following:
Construction Data & News, 925 NW 12th & 1125 SE Madison Portland
Impact 8959 SW Barbur, Portland
Salem contractor’s Exchange 2256 Judson St. SE Salem
Copies of these documents may be obtained at the Housing Authority office, by
depositing $25.00 for each set. Such deposit will be refunded to each person who
returns such documents in good condition within ten day after the bid opening.
Each bid shall be accompanied by Previous Participation Certification, Non-
Collusive Affidavit, and a certified check or bank draft, payable to The Housing
Authority of the County of Clackamas or U.S. Government bonds, or a satisfac­
tory Bid Bond executed by the Bidder and a Surety that is acceptable to the Federal
Government, in an amount equal to five percent of the bid.
The Contract will be awarded on the basis of the base bid unless it overruns the
amount budgeted for this work. In the case of such overrun, the LHA reserves the
right to reject all bids, or to secure additional funds necessary to awarding the
contract.
If the total amount of the bid exceeds $25,000, the successful Bidder will be required
to furnish and pay for satisfactory Performance and Payment Bond, or separate
performance and payment bonds, each for 50% or more of the contract price, or
a 20% cash escrow or a 24% irrevocable letter of credit.
Attention is called to trie provisions for equal employment opportunity, insurance
requirements, and the payment of not less than the minimum salaries and wages
as set forth in the Specifications.” As required by the U.S. Department of Housing
and Urban Development and permitted by Oregon Law:
a. retainage is 10 percent;
b. interest will not accrue on retainage; and
c. bonds or securities may not be substituted as an
alternate form of retainage.”
Any prevailing wage rate (including basic hourly rate and any fringe benefits) de­
termined under State or tribal law to be prevailing with respect to an employee in
any trade or position employed under the contract is inapplicable to the contract and
shall not be enforced against the contractor or any subcontractor with respect to
employees engaged under the contract whenever either of tne following occurs: (i)
Such nonfederal prevailing wage rate exceeds (A) the applicable wage rate
determined by the Secretary of Labor pursuant to the Davis-Bacon Act (40 U.S.C.
276a et seq.) to be prevailing in the locality with respect to such trade; (B) an ap­
plicable apprentice wage rate based thereon specified in an apprenticeship
program registered with the Department of Labor or a DOL-recognized State
Apprenticeship Agency; or (C) an applicable trainee wage rate based thereon
specified in a DOL-certified trainee program; or (ii) Such nonfederal prevailing
wage rate, exclusive of any fringe benefits, exceeds the applicable wage rate
determined by the Secretary of HUD to be prevailing in the locality with resoect to
such trade or position.
The Housing Authority of the County of Clackamas reserves the right to reject any
or all bids, or to waive any informalities in the bidding.
Mo Bidder may withdraw his bid within thirty days after the date of bid opening.
Housing Authority of the County of Clackamas
By D. Robert Miller
Title Architect
Date April 8,1991
J
v
• ♦. < t- AA >*• •• • • • *
>-* * A
r . . -l ’b - ' / - . ' V.?
« Advertising
& Employment
Bids/Sub-Bids