Image provided by: University of Oregon Libraries; Eugene, OR
About Portland observer. (Portland, Or.) 1970-current | View Entire Issue (Aug. 31, 1989)
• ■..tiWabi I iiii'im'» I ~i«uL ¿«P - <fc.\V -* — * Page 9 Portland Observer AUGUST 31,1989 .■/« i'" ’: : JOBS & CLASSIFIED INVITATION FOR BIDS PUBLIC NOTICE This announcement will serve as notice of Washington Slate Department of Transportation’s (WSDOT) 1990 annual Disadvantaged Business Enter prise (DBE) goal for contracting goods and services funded by the Federal Highway Administration (FHWA), Urban Mass Transportation Admini stration (UMTA), and other departmental elements of United States Depart ment of Transportation (USDOT). The 1990 Washington Slate Department of Transportation DBE goal is 16 percent This notice is published in accordance with Subpart D, Section 106(c) of the surface Transportation and Uniform Relocation Assistance Act (STU- RAA) of 1987. The method used to establish the goal included past historical experience and the disadvantaged business requirements of STRURAA (Section 106(c)). The support documentation for determining this goal will be available for inspection 8 a.m. to 5 p.m. at the Washington State Department of Transpor tation (WSDOT) for 30 days. WSDOT will accept comments on goals until September 30,1989. Written comments should be submitted to Herminio Vargas, Jr., Acting Manager, minority Affairs Office, Department of Trans portation, Transportation Building, Olympia, WA 98504. INFORMATIONAL PORTLAND ADVERTISEMENT HOUSING AUTHORITY OF THE CITY OF VANCOUVER, WASHINGTON PUBLIC SCHOOLS Tommy M. Gay, Executive Director Sealed bids w ill be received u n til 1:00 p.m. on the d a te s in d ic a te d in th e P u rch a sin g D epartm ent, Multnomah County School D is t r ic t #1J, 501 N. Dixon, P ortland, Oregon fo r the items lis t e d herein: BID TITLE Sept. 19, 1989 In d u s tria l A rts Supplies And Equipment For Warehouse Stock, 1990-91 Blow Mol der For Benson High School, 1989-90 Surface Grinder For Benson High School, 1989-90 Formal announcement, d e ta ile d s p e c ific a tio n s and bidding document may be obtained a t the above address. For a d d itio n a l in fo rm a tio n , please contact M. J. Hutchens. O ir. o f Purchasing, 249-2000, Ext. 581. MULTNOMAH COUNTY Construction of Courtroom Holding Docks (re-bid) Bids Due September 5,1989 at 2:00 P.M. Bid No. B61-700-4069 Sealed bids will be received by the Director of Purchasing, Multnomah County Purchasing Section, 2505 S.E. 11th Ave., Portland, OR 97202 for. Construction of court holding docks at the Justice Center. 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 M ONEY O RDERS ONLY. Plans and Specifications will not be mailed within the Tri-County area. PREBID CON FER EN C E:N O N E PREQ U A LIFICA TIO N O F BIDDERS Pursuant to the Multnomah County Public Contact Review Board Administrative Rules (AR40.030 Prequalification shall NOT BE R EQ U IR ED for this project for the follow ing class(es) of work: Prequalification applications or statements must be prepared during the period of one year prior to the bid date. Prequalification application 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 INVITATION FOR BIDS THE HOUSING AUTHORITY OF THE CITY OF VANCOUVER. Washington, will receive sealed bids, at the Authority s office, 500 Omaha Way, Vancouver, Washington 98661, until 3:00 p.m., Septem ber 14, 1989, (at which time and place all bids will be publicly opened and read aloud) to furnish all labor, materials, equipment and permits required to complete the project in the City of Vancouver, Wa. according to the drawings and specifications. There will be a pre-bid meeting held August 31,1989, at 10:00 a.m . Meet at Vancouver Housing Authority Offices, 500 Omaha Way, Vancouver, Washington. Contractors may obtain plans, and specifications from Gary Rogowski, Architect, AIA 315 E. Evergreen Blvd., Vancouver, WA 98660, telephone (206) 694-8569, upon deposit of $100. Deposits will be refunded if the documents are returned in good condition within seven (7) days after bid opening. Additional seLs or parts of sets will be made available upon request at cost of reproduction, which is not refundable. Contract Documents may be viewed at the following locations, Con struction Data-Eastside, Portland: Construction Data-Westside, Portland; Daily Journal of Commerce, Portland; AN Washington Contractors Asso ciation, Vancouver, Dodge, Seattle. A certified check or bank draft, payable to the Housing Authority of the City of Vancouver, Washington, or a satisfactory bid bond executed by the bidder, or acceptable sureties, in an amount equal to 5 percent of the bid shall be submitted with each bid. The successful bidder will be required to furnish and pay for staisfactory performance and payment bond. Not less than the minimum salaries and wages, as set forth in the Terms and Conditions, must be paid on this projecL The Housing Authority reserves the right to reject any or all bids, and to waive any informalities in the bidding. No bid shall be withdrawn for a period of 30 days after the opening of bids without the consent of The Housing Authority. A minimum of 20% Minority Business Enterprises participation in this project is a Vancouver Housing Authority goal and the contractor selected will be required to show proof o f having solicited bids from Minority Business Enterprises Subcontractors, as specified in the Special Conditions and the Bid Form. HOUSING AUTHORITY OF THE CITY OF VANCOUVER, WASHINGTON Tommy M. Executive Director law in ORS 279.350. Details of compliance are available from the Purchasing Section, Depart ment o f General Services, 2505 S.E. 11th Avenue, Portland, OR 97202, (503)248-5111. Contractors and subcontractors must be licensed for asbestos abatement work if the project involves working with asbestos. NONDISCRIM INATION Bidders on this work will be required to comply with the provisions of Federal Executive Order 11246. The require ments for Bidders and Contractors are explained in the Specifications. 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 contracL Multnomah County reserves the right to reject any or all bids. LILLIE WALKER, DIRECTOR PURCHASING SECTION SUB-BIDS REQUESTED Forest Research Laboratory Electrical Improvements Corvallis Kitchen Addition for USARC Corvallis Bid Date:(for both) September 7,1989 MERLE DOTY AND SON, INC. 1656 NW 13th Street Corvallis, Oregon 97330 (503) 752-4550 FAX (503) 757-1435 We are an equal opportunity employer and request sub-bids from small business and small disadvantaged business sub contractors and women & minority business enterprises. INVITATION FOR BIDS The HOusing Authority of the City of Vancouver, Washington, will receive sealed bids at the Authority’s office, 500 Omaha Way, Vancouver, Washington.98661, until 2:00 p.m., Septem ber 12, 1989, at which time and place all bids will be publicly opened and read aloud for Asbestos Abatement in the Skyline Crest Housing ProjecL NOTE: A prebid conference will be held a t 10:00 a.m ., August 31, 1989, at the Authority’s office, 500 Omaha Way, Vancouver, WA. Specifications, location, bid preparation information, terms and conditions of the Invitation for Bid and general Conditions are on file and available at the Authority offices, 694-2501. A certified check or bank draft payable to the Housing authority of the City of Vancouver, Washington, as satisfactory bid bond executed by the bidder, or acceptable sureties in an amount equal to 5 percent of the bid shall ATTENTION RENTERS R&R Management Can Help You! We have from one (1) to four (4) bedrooms. Newly remodeled Nice, clean for familys who care about how they live. Sec. 8 We Welcome you Call 282-4696 2413 NE Martin Luther King Jr. Blvd. We Can Help SUB-BIDS REQUESTED OIT Shaw Library Remodel Bid Date: August 31,1989 at 2:00 PM be submitted with each bid. The successful bidder will be required to furnish and pay for satisfactory performance and payment bond. Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Terms and Conditions must be paid on this project. The Authority reserves the right to reject any and all bids and to waive R.A. CHAMBERS & ASSOCIATES P.O. Box 5509 Eugene, OR 97045 (503) 687-9445 FAX (503) 687-9451 any informalities in the bidding. No bid shall be withdrawn for a period of 30 days subsequent to the opening of bids without the consent of the Authority. HOUSING AUTHORITY OF THE CITY OF VANCOUVER, WASHINGTON Tommy M. Gay, Executive Director We are an equal opportunity employer and request sub-bids n /t e m a il H i c u H v H l l C i n P C C € 11 H - from small business a and small disadvantaged business sub contractors and women & minority business enterprises. ■ i' k. CITY O F SALEM , OREGON McNary Field, Salem Airport Sign & Gate Improvements INVITATION TO BID The Housing Authority of the City of Vancouver, Washington, will receive sealed bids at the Authority’s office, 500 Omaha Way, Vancouver, Washington, 98661, unil 2:00 p.m., August 31,1989, at which time and place all bids will be publicly opened and read aloud to furnish and install 150 electric ranges and 31 electric refrigerators, per specifications and delivery schedule, to the Skyline C rest Housing Project. Specifications, location, bid preparation information, terms and condi tions of the Invitation for bid and General Conditions are on file and available at the Authority offices, 694-2501. A certified check or bank draft payable to the Housing Authority of the City of Vancouver, Washington, as satisfactory bid bond executed by the bidder, or acceptable sureties in an amount equal to 5 percent of the bid shall be submitted with each bid. The successful bidder will be required to furnish and pay for satisfactory performance and payment bond. Attention is called to the fact that not less than the minimum salaries and wages as set forth in the Terms and Conditions must be paid on this project. The Authority reserves the right to reject any and all bids and to waive any informalities in the bidding. No bid shall be withdrawn for a period of 30 days subsequent to the opening of bids without the consent of the Authority. CALL FOR BIDS BID FILING DATE t • • ' • ' * ' ■ - « /' The City of Salem will receive sealed bids at the office of the City Recorder .City Hall, Room 205, Salem, Oregon 97301,until, but not after 11:00 a.m ., Septem ber 6 , 1989, 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. 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., Salem, Oregon 97301. Bids must be submitted on the proposal forms furnished to the bidders. Proposals shall be submitted in a sealed envelope plainly marked “ B1BQN McNary Field. Salem Airport Sign & Gate ImprovementS-PlP #3600.’! 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 Office of the Purchasing Super visor, 555 Liberty Street, SE, Salem OR 97301.They m u slttt received no later than five (51 working days before the bid opening date, f .->5. ’-5 . ‘S S -V U - A fci, ■ ’ r.*4 v ? 4-. <• • .it’. Z 1 i » 7 e >»•. •»••• .. I • • • *»'. ’. .■. *** <" r' I -I. a • , • 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 security. Unsuccessful bidders will have their security refunded to them when the contract has been awarded. No bids, exceeding $2,000, will be received or considered by the City of Salem or any of its officers unless the bid contains a statement by the bidder (by signing his proposal) that the provisions of the Davis-Bacon Act, 40 USCA 276(a) shall be included in his contract. Every contractor or subcon tractor is required to post the applicable prevailing wage rates in a conspicu ous and accessible place in or about the work-site for the duration of the job. Contractors and subcontractors who intentionally fail to post the PWR can be made ineligible to receive any public works contract for up to three years. The City of Salem reserves the right to reject any or all bids or to award the base bid plus any combination of alternates, whichever is determined to be in the City’s best interest, to waive formalities and of postponing the award of the contract for forty five (45) days. Prices quoted shall be firm for a period of 45 days after the closing date. RECIPROCAL PREFERENCE LAW: In compliance with ORS 279.029, bidders must state on their proposal whether they are a resident or nonresi dent bidder. Proposals that fail to provide this information will be consid ered nonresponsive, A PRE-BID C ONFERENCE will be held at the south side of the airport terminal building, 2990 25th St. SE, Salem, OR 97302, at 10:00 a.m ., on August 25, 1989. The purpose of this conference is to explain the bid requirements and to answer any questions bidders may have.Attendance is encouraged but not required. Regardless of statements made at the confer ence, bidders are cautioned that bid requirements will change only if confirmed by a written addendum issued by the Purchasing Division. NOTE: This project (No. 3-41-0055-02) is federally funded through the Federal Aviation Administration (FAA) and all requirements of that agency pertaining to bidding and contract performance shall be strictly adhered to. The total FAA grant allocation=$ 140,000 (90%); additional 10% cost to be provided by the City of Salem. In all instances where there is a conflict between the state and federal provisions, federal provisions prevail, which provisions include but are not limited to U.S. Department of Transportation Disadvantaged Business Enterprises programs and federal wage rates. The proposed contract is under and subject to Executive Order 11246, as amended, of September 24,1965, and to the Equal Employment Opportu nity (EEO) and Federal labor Provisions. All labor on the project shall be paid no less than the minimum wage rates as established by the Secretary of Labor. The EEO requirements, labor provisions and wage rates are included in the bid documents/specifications and are also available for inspection at the City of Salem Purchasing Division. A contractor having 50 or more employees and his subcontractors having 50 or more employees and who may be awarded a contract of $50,000 or more will be required to maintain an affirmative action program .the standards for which are contained in the specifications. To be eligible for award, each bidder must comply with the affirmative action requirements contained in the specifications. Disadvantaged business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color and national origin in consideration for an award of any contract entered into pursuant to this advertisement. Women will be afforded equal opportunity in all areas of employment, however, the employment of women shall not diminish the standards of requirements for the employment of minorities. Each bidder must supply all information required by the bid documents and specifications; bids shall be submitted using the proposal form con tained in the bid documents. Each bidder must also complete, sign and submit with his bid. Reciprocal preference Law information (form), “ Certification of Nonsegregated Facilities’ ’, a statement entitled “ Bidders statement of Previous Contracts subject to EEO Clause’ ’, and Assurance o f Minority Business Enterprise Participation’’ as contained in the Bid Proposal. 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 the consultant for the project, Lyle Hutchens at: DEVCO ENGINEERING, INC., 245 Conifer Blvd., Corvallis, OR 97330, (503) 757- 8991. Robin J. Kirkpatrick Purchasing Supervisor BID NO. 3600 CLOSING: September 6,1989 11:00 am MODEL SEARCH There Is a need for trained models of all ages Learn at home Save time and money Highly affordable Gloria LaVonnes Unique method. Interviewing in your area Contact Deanna for an appointment at: 252-1308 ~ 1 * ••• • • <. Zi» Si ¿V &