_ _ _ _ _ _ _ _ _ _ Portland Observer, June 27, 1984 Page 11 ADVERTISEMENT FOR BIDS • ADVERTISEMENT FOR BIDS • ADVERTISEMENT FOR BIDS CITY OF SALEM. OREGON Department of Public Work» Department of General Service» THE PORT OF PORTLAND Windolph Buainesa Canter Clearing and Grading Invitation to Bid Advertisement for Bids For the Construction of the Carleton Way Street Improvement From Roberts Avenue to Fairhaven Avenue Sealed bid» will be received at the office of the City Recorder, Room 206, City Hall, Salem, Oregon, until but not after 11:00 a m ., Local Tima on July 18, 1984. at which time all bids will be publicly opened and read aloud at the Council Chambers, Civic Canter, 556 Liberty Street S.E., Salem, Oregon, for the C O N STR U C TIO N OF THE CARLETON W A Y STREET IM PROVEMENT FROM ROBERTS AVENUE TO FAIRHAVEN AVENUE Sealed bids tor the Windolph Business Center Clearing and Grading will be received by the Purchasing Manager of The Port of Portland, 700 N.E. Multnomah Street, Portland, Oregon, (mailing address: Post Offica Box 3629, Portland. Oregon. 97208) untf 2:00 p.m., July 3, 1984, and thereafter publicly opened and read MINORITY BUSINESS ENTERPRISE (MBE) INCENTIVE PROGRAM: A 2 PERCENT BIODING ADVANTAGE WILL BE GIVEN TO BIDDERS WHO: The proposed work consists of: The construction of 266 lineal feet of road­ bed grading, base rock, alternate: Portland Cement Concrete Pavement or Asphaltic Concrete Pavement Surface, and performance of such additional incidental work as is called for by the plans and specifications. 1. HAVE BEEN CERTIFIED BY THE PORT OF PORTLAND AS MBE's, OR 2. EMPLOY SUBCO NTRACTO RS TH A T HAVE BEEN CER­ TIFIED BY THE PORT OF PORTLAND AS MBE's A ND ARRANGE FOR THEM TO PERFORM WORK THAT REPRESENTS NOT LESS TH A N 10 PERCENT OF THE TO TAL DOLLAR AMOUNT BID. Plans, specifications end other bid documents may be inspected and ob­ tained at the office of the City of Salem, Department of Public Works, 566 Liberty Street S.E., Room 325, Salem, Oregon The bidder shall not file the book of "Standard Construction Specifications" with his bid. Bids shall be made on the forms furnished by the City, addressed, and mailed or delivered to the City Recorder, City Hall, Room 205, Salem, Oregon, in a sealed envelope plainly marked "BID ON THE CARLETON W AY STREET IMPROVEMENT," and the name and address of the bidder Scope: A surety bond, cashier’s check or certified check of the bidder, made payable to the City of Salem, in the amount of ten percent 110%I of the bid must accompany each bid as security. Bid security of all save the three lowest bidders will be returned following the bid opening; all bid security will be refunded upon execution of the contract by the successful bidder. Bids must be on the bid form which will be provided to prospective bidders and must be accompanied by a certifiad or cashier's check drawn on a United States bank or a bid bond payabla to Tha Port of Portland In an amount equal to at least 10 percent of the total amount bid. No bid will be received or considered by the City of Salem unless the bid contains a statement by the bidder that the provisions of ORS 279 360 shall be included in his contract Bidders are required to prequalify. Prequalification statamants must be received at least 1 day prior to the time set for bid opening. Applications for prequalification may be submitted less than 1 day before bid opening, but consideration by Port cannot be assured No bid shall be received from any bidder who has not filed a prequalification statement with the City Purchasing Supervisor, 1340 20th Street S.E., Salem, Oregon, 97302, on or before July 10, 1984 Upon City approval of the submitted prequalification application, the bidder will receive a valid proposal for bidding purposes. PREQUALIFICATION CLASS: Bidder shall prequalify in the appropriate class dependent upon the alternate selected for bid proposal. Prequalification in "Asphalt Concrete Pavement" is required for "Alternate A (A .C .)" and prequalification in "Portland Cement Pavement" is required for "Alternate B (P.C .C J". Bidder may submit a bid proposal on either or both alternates The project is to be assisted, in whole or in part, with Federal Funds made available under Title I of the Housing and Community Development Act of 1974. The provisions of Executive Order 11246, as amended, require the cooperation of bidders, contractors, sub contractors and proposed sub­ contractors in the administration of the compliance with equal employment opportunity and affirmative action requirements Prospective bidders may direct inquiries concerning these requirements to the office mentioned above where plans and bids are obtained In addition, attendance at pre bid, pre-award and/or pre-construction conference may be required to discuss specific requirements and programs for compliance Award of contract will be sub|ect to project surviving property owner remonstrance Patricia Wolfe City Recorder Bid No : 2644 Bid Opening: July 18, 1984 Sub-Bids Requested Revenue Building Addition Salem, Oregon Bid Date: July 11, 1984 @ 3 P.M. Donald M. Drake Company 1740 N.W. Flanders Portland, OR 97209 (503) 226 3991 We are an equal opportunity employer and request sub-bids from small business and small disadvantaged business subcontractors and women and minority business enterprises. Clear approximately 2 acres and grade approximately 10 acres in­ volving approximately 24,000 cubic yards of on-sits and Contractor- furnished borrow material. The drawings and tha contract manual may be examined at Port offices. Copies may be obtained by prospective bidders at no cost. Invitation for Bids Labor (only) bids are requested for bathroom renovations to be performed in 438 dwellings units at the "Columbia Villa Housing Project" located at 8920 N. Woolsey Ave., Portland. Oregon. Sealed bids for the work shall be identified ‘Bid/Bathroom Ranovations", and shall be submitted in "lump sum" and "unit sum" amounts as directed on the bid form Bids will be received until 2:00 p.m., P.D.T., Tuesday, July 24, 1984 at 1606 N.E 46th Ave., Portland, Oregon 97213, and following a short duration, publicly opened and reed aloud. Bidders may attend the bid opening. t mv •• Basically, the work includes (but is not limited to) the following itams; replace and/or repair vanity cabinets, lavatories, sheet vinyie flooring, vinyl tiles, rubber base, floor underlayment, caulking, painting, ceramic tiles, grout, bathtubs, tub enclosures and stall shower elements. It will be the policy of the Housing Authority of Portland to aee that bidding contractors abide to H .U .D . region X guidelines/ requiring a minimum of 20% M B E . participation. Payments of not less than the minimum Davis/Bacon (Area Residential Decision) rates must be paid on this project. Prospective bidders may obtain one sat of bidding documents at the Housing Authority's office at 1606 N.E. 46th Avenue, Portland. Oregon between the hours of 8.00 a m. and 4:00 p.m. Businesses outside the Port­ land area may request documents by celling 248-6679. A »60.00 refundable deposit is required for each set of documents. A Non Collusion Affidavit', properly executed, MUST accompany submit­ ted bid. The Housing Authority of Portland may reject any bid not in compliance with all prescribed bidding procedures and requirements and may reject any or all bids, and waive all informalities if in the judgement of HAP, it is in the public interest to do so Questions regarding this project should be directed to Mr Dick Jones at 283-4602. HOUSING AUTHORITY OF PORTLAND W.E. Hunter, Executive Director Date: June 22, 1984 Advertisement for Bids The CITY OF ST. HELENS invites bids for the following: SAND ISLAND DOCK RELOCATION PROJECT CHERRWTS Invitation for Bids Salem Area Transit Coach (Bus) Painting Salem Area Transit (SAT) is soliciting bids for painting a minimum of 6 coaches and a maximum of 12 coaches in accordance with the Technical Specifications developed by Salem Area Transit. Bids should be submitted to Salam Area Transit, 216 High Street N .E ., Salem, Oregon 97301 Bids may be delivered or mailed to Salem Aree Tran­ sit and must be in sealed envelopes clearly marked "Coach Painting Bid". Tha deadline for submission is 11:00 o'clock A M ., Pacific Daylight Time, July 6. 1984 At that tima, bids will be publicly opened and read and will thereafter, be filed at the Salem Area Transit offica Bids received after that data and time will be returned unopened Relocation of a 280 ft. floating concreta dock system. Project includes moving of float system 20 ft. west Iriverward) of Its preaant location, ad­ dition of a 20 ft. aluminum ramp walkway, modification of 60 ft. and 40 ft aluminum ramps, and all required pile removal and installation. Detailed specifications will be available from the City Administrator on June 25, 1984. There is a »5.00 non-refundable charge for copies of the bid proposal, specifications and plans. An additional charge will be added to cover postage costs, if mailed Bids must be sealed and submitted in writing to contracting officer by the time of the public opening which is 9 00 a m. July 2, 1984 Prequalification requests are not desired or necessary but must be received by 9:00 a m., June 29. 1984, if submitted. The CITY OF ST. HELENS intends to award contract to low bidder who complies with bid requirements and specificationa. A bid bond and a per formance bond will be required. A City business license is also required for doing business in the City. The CITY OF ST. HELENS is an Equal Oppor tunity Employer Contractors may inspect coaches to be painted at the Maintenance yard by making an appointment through contacting: Rosaline L. Mallory City Administrator CITY OF ST. HELENS City Hall 266 Strand Street P.O. Box 278 St. Helena. Oregon 97061 Mr. Al Hampton 216 High St. NE Salem, Oregon 97301 503 588 6213 Salem Aree Transit is an Equal Opportunity Employer Disadvantaged and Woman's Business Enterprises are encouraged to apply. Assistance in completing thia bid is available to qualified DBE/WBE applicants Telephone: (603) 397 6272 Date June 20, 1984 Notice to Bidders Bids for the 1984 Comprehensive Im provem ent Assistance Program Weatherization MOD Project On-014-901, Job »3 consisting of weather- •tripping, caulking, completing wall partitions between house and garages and installing hot water heat pumps will be received by: Marion County Housing Authority 4880 Portland Rd N.E Salem, Oregon 97306 until 2:00 P.M. July 31, 1984; at that time bids will be publicly opened and read aloud in the conference room Call for Bids Clark County Public Transportation benefit area authority (DBA C Tran) will receive bids up to 3:00 p.m., Friday, July 13, 1984, for the construction of the 7th Street Transit Center in Vancouver, Washington. Specifications are available from Nancy Zetlm aiar. C -Tran, P.O Box 2529, V ancouver, Washington 98668 (2426 N.E. 66th Ave.) 206 696 4494, for a »100 deposit and at various plan centers for review This is a joint project of C-Tran and the City of Vancouver, and is subject to all rules prescribed by the Urban Maae Transportation Administration, as well as state and local requirements SECTION 00020 Invitation to Bid Willamette Interceptor 1A, Outfall, Oregon City Interceptor, and River Crossing Sealed bids for the construction of the Willamette Interceptor 1A, Outfall. Oregon City Interceptor, and River Crossing will be received by the Owner, Tri-City Service District, Clackamas County, the Department of Environ mental Services, 902 Abernathy Road, Oregon City, Oregon 97046, until 2:00 p.m. on July 26, 1984. As soon thereafter as possible, the bids will be opened publicly and reed aloud. Bids shall be addressed to the Department of Environmental Services, 902 Abernathy Road, Oregon City, Oregon 97045, and shall be labeled "Bids for Willamette Interceptor 1A. Outfall, Oregon City Interceptor and River Crossing." The work includes the furnishing of labor, materials and equipment to con­ struct the W illam ette Interceptor 1A, outfall. Oregon City Interceptor gravity sewers and the River Crossing force main. Tha contract will be awarded on the basis of two Bidding Schedules: Schedule A and Schedule 8 Bids may be submitted for Schedule A alone. Schedule B alone, or for both Schedule A and Schedule B. Schedule A gravity sewers consist of approximately 2.140 linear feet of 84 inch reinforced concrete pipe (RCP), 6,190 linear feet of 72 inch RCP, 1,870 linear feet of 42-inch RCP, 266 linear feet of 30-inch RCP, 76 linear feet of 18-inch RCP, and 830 linear feet of 12-inch concrete pipe. Schedule A ap­ purtenances include one cast-in-place concrete structure, manholes and approximately 180 linear feet of tunnel liner or casing pipe for the 84-inch gravity sewer. The Schedule B gravity sewer consists of approximately 480 linear feet of 84-inch RCP and approximately 480 linear feet of 42-inch steel pipe The Schedule B force main consists of approximately 2,020 linear feet of 16^inch steel or ductile iron pipe, and approximately 2,020 linear feet of 12-inch steel or ductile iron pipe. Schedule B appurtenances include two cast-in-place concrete structures. The plans and specifications may be inspected at the following locations: Department of Environmental Services 902 Abernathy Road Oregon City, Oregon 97046 Brown and Caldwell 2300 Oakmont Way Eugene, Oregon 97401 Department of Environmental Services, 902 Abernethy Road, Oregon City, Oregon 97046; Brown and Caldwell, 2300 Oakmont Way, Eugene, Oregon 97401; Builders Exchange Co op Plan Center, 1126 S.E. Madison, Portland, OR 97214, (503) 234 0281; Construction Date. 926 Northwest Twelfth Avenue. Portland, Oregon 97208, (603) 225 0200, Associated General Con tractor's Plan Room, 1200 Westlake Avenue North, Seattle, W A 98109 (206)286-2021 Copies of the plans and specifications may be obtained at 902 Abernethy Road, Oregon City. Oregon, 97045, upon payment of »30 for each set Payments for plans and specifications will not be refunded Each bid shall be accompanied by a bid guaranty bond, or a certified or cashier's check payable to the order of the Owner in an amount not less than five percent (5%) of the amount of the bid as a guaranty that the bid­ der will execute the contract if it be awarded in conformity with the bid form. The successful bidder will be required to furnish performance and payment bonds, each in an amount not less than one hundred percent (100%) of the contract price. The Owner reserves the right to reject any or all bids and to determine which bid is, in the Owner's judgment, the lowest responsive bid of a bidder or group of bidders The Owner also reserves the right to waive any infor malities in any bid and to delete certain items listed in the bid as set forth therein. Bids received after the time established for receiving bids will not be con­ sidered No bidder may withdraw his bid after the time established for receiving bids or before the award and execution of the contract, unleaa the award is delayed for a period exceeding ninety (90) calendar days Applications have been made to the United States Environmental Protec tion Agency (EPA) for financial assistance in the work proposed under this invitation to bid. EPA, in implementation of Executive Order No. 11246 (Equal Employment Opportunity), as amended, requires its constituent of­ fices which provide financial assistance for construction, to conduct a prebid conference regarding Bid Conditions, A ffirm ative Action Requirements, and Equal Employment Opportunity. Any contract or contracts awarded under this Invitation to Bid are expected to be funded in part by a grant from EPA Neither the United States nor any of its departments, agencies, or employees is, or will be. a party to thia In­ vitation to Bid or any resulting contract Thia procurement will be subject to regulations contained in 40 CFR Part 33. For information contact Mr. C.F. Liebert tha Owner's representative at telephone (603) 666 8621 or Mr. Tom Nevins, the Engineer at telephone (603)686-9816 Board of County Commtaeionera Clackamas County, Oregon