» » < « » V » » « » •« *» * / V Page 10 The Portland Observer -May 22, 1991 i * » V » » Vi * « • • • * • • w * ♦ » vr/T V Portland Observer BIDS/SUB-BI INVITATION FOR BIDS Project Number:OR16P001005 Project Name: Hillside Manor Fire Sprinkler Sealed bids for THE INSTALLATION OF A FIRE SPRINKLER SYSTEM AT HILLSIDE MANOR Located at 2889 SE Hillside St. Milwaukie, Oregon 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., June 3, 1991 ; and then publicly opened and read aloud at said office. The information for Bidders, form of bid Proposal, Bid Bond, Con­ tract, and Performance 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 Daily Journal of Commerce 2374 NW Vaughn Portland OR. Copies of these documents may be obtained at the Housing Au­ thority 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 days after the bid opening. Each bid shall be accompanied by Previous Participation Certifi­ cation, Non-Colluslve Affidavit, and a certified check or bank draft, payable to The Housing Authority of the County of Clackam as or U.S. Government bonds, or a satisfactory 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 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 am ount of the bid exceeds $25,000, the successful Bidder will be required to furnish and pay for satisfactory Perform­ ance 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 25% irrevocable letter of credit. Attention is called to the provisions for equal employment oppor­ tunity, insurance requirements, and the paym ent 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 De­ velopm ent 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) determined under State or tribal law to be prevail­ ing 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 em ployees engaged under the contract whenever either of the following occurs: (I) Such nonfederal prevailing wage rate ex­ ceeds (A) the applicable wage rate determined by the Secretary of Labor pursuant to the Davis-Bacon Act (40 U.S.C. 276aetseq.) to be prevailing in the locality with respect to such trade; (B) an applicable 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 ap­ plicable trainee wage rate based thereon specified in a DOL-cer- tified trainee program; or (il) 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 respect 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. No 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 MULTNOMAH COUNTY Arata Road Waterline Replacement - REBID Bids Due May 30, 1991 at 2:00 P.M. Bid No. B61-200-5717 Sealed bids will be received by the Director of Purchasing, Multnomah County Purchasing Section, 2505 S.E. 11th Ave., Portland, OR 97202 for: In sa lla tio n o f a p p ro x im a te ly 3,400 linea l feet o f 8" D uctile Iron Pipe to replace e x is tin g 6" A.C. pipe. 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: W ater Lines Prequalification applications or statements must be prepared dur­ ing the period of one year prior to the bid date. Prequalification ap­ plication 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. D etails o f c o m p lia n c e are available fro m Larry W eaver, P ur­ ch a sin g S e ctio n , D epartm ent o f G eneral S ervices, 2505 SE 11th A ve .,P o rtla n d , 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 CITY OF SALEM, OREGON HOUSING AUTHORITY INVITATION TO BID ROOFING, 1990-91 FY Separate sealed bids for the Housing Authority of the City of Salem, Oregon 97301 -3503, until, but not after 11:00 a.m „ D.S.T., June 12, 1991, at which time said bids will be publicly opened and read aloud In the City Council Chambers, Room 240, City Hall, for the project specified herein. The “ Information for Bidders", form of “ Bid Proposal,” “ Bid Bond", Contract, and Performance & Payment Bond, Plans, Specifications, and other contract documents may be examined and obtained at the office of the Purchasing supervisor, 555 Liberty St. S.E./Room 330, Salem, Oregon 97301-3503, or phone: (503) 588-6136. WORK DESCRIPTION: Reroof buildings located at 4855 Pullman S.E., 1415 Ragweed N.E., and 209 Browning S.E., Salem, Oregon. Each bid shall be accompanied by a Non-Colluslve Affidavit, and a certified check or bank draft, payable to the Salem Housing Author­ ity (SHA) or a satisfactory Bid Bond executed by the Bidder and a Surety that Is acceptable to the Federal Government, In an amount equal to ten percent of the bid. Bids must be submitted on the proposal forms furnished to bidders. Proposals shall be submitted In a sealed envelope plainly marked “ BID ON ROOFING, 1990-91 FY - BID NO. 3907” , and show the name and business address of the bidder. The Contract will be awarded on the basis of the base bid unless It overruns the amount budgeted for this work. The SHA reserves the right to reject all bids, or to secure additional funds necessary to awarding the Contract. The successful Bidder will be required to furnish and pay for satisfac­ tory Performance and Payment Bond, in full amount of the Contract. 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 secu­ rity refunded to them when the contract has been awarded. Attention Is called to the provision for Equal Employment Opportunity, Insurance requirements, and the payment of not less than the mini­ mum salaries and wages as set forth In the Specifications. Any prevailing wage rate (including basic hourly rate and any fringe benefits) determined under State or tribal law to be prevailing with respect to any 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 employ­ ees engaged under the contract whenever either of the following oc­ curs: (I) Such nonfederal prevailing wage rate exceeds (A) the applicable wage rate determined by the Secretary of Labor pursu­ ant to the Davis-Bacon Act (40 U.S.C. 276a seq.) to be prevailing In the locality with respect to such trade; (B) an applicable apprentice wage rate based theron specified In an apprenticeship program registered with the Department of Labor or a DOL-recognized State Apprenticeship Agency; or (C) an applicable trainee wage rare based thereon specified I a DOL-certified trainee program; or (ii) Such non-federal 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 respect to such trade or position. The Salem Housing Authority reserves the right to reject any or all bids, to waive formalities in the bidding and of postponing the award of the contract for thirty (30) days. Prices bid shall be firm for a period of 30 days after the closing date. No Bidder may withdraw his bid within thirty days after the date of bid opening. NOTE: This project is federally funded through the Department of Housing and Urban Development and all requirements of that agency pertaining to bidding and contract performance shall be strictly adhered to. Inquiries concerning the contents of the bid specifications should be directed to Tom Anderson, Salem Housing Authority, at (503) 588- 6456. Gary A. Kanz, C.P.M. Purchasing Supervisor BID NO. 3907 CLOSING; June 12,1991 @ 11:00 a m. NOTICE OF CANCELLATION OF PUBLIC HEARING Notice Is hereby given that the public hearing previously sched­ uled to be held by the Tri-County Metropolitan Transportation Dis­ trict of Oregon (Tri-Met) at 3:30 P.M. Wednesday, May 29,1991 at the Portland Building, 1120 S.W. 5th Avenue, Second Floor Meeting Room “ C" will not be held because no requests for hearing were received. The hearing would have been held for the purpose of considering a project for which assistance under Title 23 USC Section 103 (e)(4) Interstate Transfer Funds Is being sought. The grant application requests partial funding for construction of the North Transit Mall Extension. A total budget of $3,750,000 ($3,187,500 federal share) In (e)(4) funding is requested. Those interstate transfer dollars will be combined with $6,361,100 (Federal share: $5.088,880) requested in a separate UMTA “ Section 3 ” application to fully complete in the Transit Mall Extension. Tri-Met, in conjunction with the Portland Development Commis­ sion and the City of Portland, proposes to extend the Transit Mall north from West Burnside Street to Union Station. The project would reconstruct sixteen blocks on NW Fifth and Sixth avenues, between, and including, West Burnside and NW Irving Streets. On the affected streets (except NW Irving between NW Sixth and Broadway) the sidewalks would be widened and the roadways narrowed. The right-hand travel lane would be reserved for transit vehicles only, and the left lane would be for buses and general traffic. On-street parking would be eliminated. Transit amenities would be provided, including one passenger shelter per block, benches and street trees. Materials and finishes would closely resemble the existing Transit Mall. The grant application and environmental assessment are still available for public inspection at Tri-Met, Public Services Division, 4012 S.E. 17th Avenue, Portland, Oregon 97202. Douglas L. Capps Executive Director Public Services Division ADVERTISEMENT FOR BID Sealed bids for the OSU Street and Parking Lot Asphalt Concrete Pavement Patching project will be received by the Oregon State Board of Higher Education until 2:00 PM, local time, June 11, 1991. Bids will be opened and publicly read aloud at that time. Additional Information may be obtained by contacting the OSU Physical Plant, Adams Hall, Corvallis, Oregon 97331-2001 or telephone 503-737-4921. CITY OF SALEM, OREGON DEPARTMENT OF PUBLIC WORKS DEPARTMENT OF GENERAL SERVICES INVITATION TO BID FOR ROOT FOAM TREATMENT OF SELECTED SANITARY SEWER LINES 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 5, 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: Root foam treatm ent of selected City maintained sanitary sewer lines. The purpose of this treatment is to inhibit root growth in selected sanitary sewer lines. 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 ROOT FOAM TREATMENT OF SELECTED SANITARY SEWER LINES - Bid #3904” 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 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 provi­ sions 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. Contrac­ tors and subcontractors who intentionally fall 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 clos­ ing 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 shoulc be directed to Jack Foust, Chief Engineering Technician, at 588- 6063. CATEGORIES OF W ORK INVOLVED: Sewer Maintenance and Repair G ary A. Kanz, C.P.M. Purchasing Supervisor BID NO. 3904 CLOSING: June 5,1991 @ 11:00 a.m. NOTICE TO CONTRACTORS City of Camas Department of Public Works Camas, Washington Sealed bids will be received by the City of Camas, Office of the Finance Department, 616 N.E. 4th Avenue, Camas, Washington 98607, until 10:00 A.M. on June 5,1991 and will then and there be opened and publicly read for the construction of the improvement(s). All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier’s or surety bond, in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fall to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Camas. Maps, plans and specifications may be obtained from the Office of the Public works Department upon deposit of the amount of $25.00. The $25.00 purchase price for the Documents is non- refundable. Return of the Documents is not required. Informational copies otaTaps, plans and specifications are on file for inspection in the-Office of the Public works Department. The improvement for which bids will be received follows: Bid opening on Wednesday, June 5, 1991, at 10:00 A.M. The work shall consist of adjusting manhole lids, valve boxes, and placing approximately 5350 lineal feet of W SDOT Class "G H Asphalt concrete overlay on streets throughout the city of Camas. The work shall also include placing 3000 lineal feet of Class "G ” Asphalt concrete bike path 6 feet wide along the east side of NE Everett Street from NE 23rd Avenue to Lacamas Park. The City of Camas reserves the right to reject any or all propos­ als If found to be higher than the estimated cost and to waive any formality or technicality in any proposals In the Interest of the city. Dale E. Scarbrough, City Clerk S-281 1991 Street Resurfacing City of Camas ADVERTISEMENT FOR BIDS Sealed bids for Cornett Hall Reroofing project, Oregon Institute of Technology, w ill be received until 2:00 PM, June 12,1991. Addi­ tional Information Is available from the O.l.T. Physical Plant, (503) 885-1690.