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