• ■..tiWabi I iiii'im'» I ~i«uL ¿«P - 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 &