Portland observer. (Portland, Or.) 1970-current, February 07, 1990, Page 8, Image 8

Below is the OCR text representation for this newspapers page. It is also available as plain text as well as XML.

    Page 8 • Portland Observer • Black History Month • February 7, 1990
BIDS/SUB-BIDS/LEGAL & PUBLIC NOTICES
CITY ENGINEER • GRESHAM , OREGON CITY HALL
TRI-COUNTY METROPOLITAN TRANSPORTATION
DISTRICT OF OREGON (TRI-MET)
NOTICE TO CONTRACTORS
NOTICE OF OPPORTUNITY
FOR PUBLIC HEARING
MID-COUNTY BRENTM OOR/M ARIETTA HEIGHTS
C O LLECTOR SERIES * PR O JE C T NO. 3055
Sealed proposals will be received by the City Engineer, at the City Hall,
1333 N.W. Eastman Parkway, Gresham, Oregon 97030, until Wednes­
day, February 28, 1990, 2 P.M., Pacific Daylight Time, at which time
they will be opened, for the construction of the MID-COUNTY
BRENTMOOR/MARIETTA HEIGHTS COLLECTOR SEWERS,
PROJECT NO. 3055.
The major quantities involved are as follows:
L.F.
L.F.
L.F.
Each
7325
1300
4400
32
8" Gravity Sewer Pipe
6" Gravity Sewer Pipe
6"/4" Service Lateral Pipe
Manholes
Contractor for this work shall furnish all labor at current U.S. Depart­
ment of Labor prevailing wage rates, materials and equipment and
services of all kinds to complete the work in accordance with the plans
and specifications therefor.
Plans and specifications may be examined at the office of the Gresham
City Engineer, 1333 N.W. Eastman Parkway, Gresham, Oregon. Cop­
ies of said plans and specifications may be obtained upon application to
the City Engineer and by posting a non-refundable fee of $25.00 with
the City Engineer for each set of plans and specifications requested.
Contractors must prequalify for sanitary sewer construction with the
City of Gresham, as required by the laws of the State of Oregon, before
the date of a bid opening. Otherwise, their proposal may not be given
consideration.
All proposals must be submitted on the regular forms furnished by the
City of Gresham, addressed and mailed or delivered to the Engineering
Division, City of Gresham, in a sealed envelope plainly marked,
“ SEALED BID ON MID-COUNTY BRENTMOOR/MARIETTA
HEIGHTS COLLECTOR SEWERS PROJECT NO. 3055” bearing the
name and address of the bidder. Each must be accompanied by a
certified check, cashier’s check or bid bond in an amount not less than
ten percent (10%) of the total bid. A performance and payment
corporate surety bond in the full amount of the contract shall be required
to guarantee faithful performance of the terms of the contract at the time
of contract execution.
Each bid must contain a statement as to whether the bidder is a resident
bidder, as defined in ORS 279.029.
In determining the lowest responsible bidder, the public contracting
agency shall, for the purpose of awarding the contract, add a percent
increase on the bid of a nonresident bidder equal to the percent, if any,
of the preference given to that bidder in the state in which the bidder
resides.
Each bid must contain a statement by the bidder that the provisions of
ORS 279.350 will be complied with.
Each bidder must file with his bid an affidavit of non-collusion.
The City of Gresham reserves the right to reject any and/or all bids,
waive informalities or to accept any bid which appears to serve the best
interests of the City.
A pre-bid conference is scheduled at Gresham City Hall, 1333 N.W.
Eastman Parkway, Gresham, Oregon on February 22, 1990 at 10:00
a.m. in the conference room located on the west side of the City Hall
parking lo t
The City o f Gresham is an equal opportunity employer.
BY ORDER OF THE CITY COUNCIL
1333 N.W. Eastman Parkway
Gresham, Oregon 97030
INFORMATIONAL
PORTLAND
ADVERTISEMENT
PUBLIC SCHOOLS
CALL FOR BIDS
Notice is hereby given that upon request by any interested person a
public hearing will be held by the Tri-County Metropolitan Transpor­
tation District of Oregon (Tri-Met) at 3:30 p.m., Wednesday, February
28, 1990, at the Portland Building, 1120 S.W. 5th Avenue, Second
Floor, Meeting Room C, for the purpose of considering projects for
which federal assistance under Section 3 of the Urban Mass Transpor­
tation Act of 1964, as amended, is being sought. Anyone interested in
requesting that this hearing be convened should contact Kim Manley,
Tri-Met Public Services Division, by phone at 238-5849 or in writing at
4012 S.E. 17th Avenue, Portland, OR 97202 by Friday, February 9,
1990.
Tri-Met has a grant application pending which requests $ 18,100,000 for
the purchase of 92 buses. The proposed grant amendment would
reprogram these funds to purchase 107 buses and equipment to retrofit
2 buses to utilize compressed natural gas. The total budget requested in
this amendment would remain unchanged at $18,100,000.
Following are the proposed projects:
1.
Purchase of forty-three 30 ft. standard,
lift-equipped buses.
2. Purchase of sixty-four 40 ft. standard,
lift-equipped buses.
3. Vehicle marking and delivery.
4. Spare parts package for 30 f t and 40 ft. buses.
5. Radio equipment and installation.
6. Vehicle on-site inspection.
7. Force accounL
8. Cost allocation.
9. Equipment for two compressed natural gas buses.
10. Contingency.
$ 6,670,762
10,653,248
290,994
110,000
34,820
40,000
45,000
15,176
100,000
140,000
TOTAL $18,100,000
FEDERAL SHARE $14,200,000
No persons, families or businesses will be displaced by these projects.
These projects are in conformance with comprehensive land use and
transportation planning in the area and will be programmed in the
Transportation Improvement Program.
A statement of Tri-Met’s charter bus service is available for inspection
at the Tri-Met Administration offices.
Tri-Met will not be engaging in school bus operations.
Private transportation enterprise will not be directly affected by these
projects.
These projects as currently under review by the state and district
clearinghouses.
At the hearing, Tri-Met will afford opportunity for interested persons or
agencies to be heard with respect to the social, economic and environ­
mental aspects of the projects.
A copy of the grant application for the proposed projects and a transit
development plan for the area are currently available for public inspec­
tion at Tri-Met, Public Services Division, 4012 S.E. 17th Avenue,
Portland, Oregon, 97202.
Douglas L. Capps, Executive Director
Public Services Division
CITY OF SALEM, OREGON * HOUSING AUTHORITY
INVITATION TO BID
PAINTING, INTERIOR AND EXTERIOR
The City of Salem will receive sealed bids at the office of the City
Recorder, Room 205, City Hall, Salem, Oregon 97301, until, but not
after 11:00 a.m., February 14, 1990, at which time said bids will be
publicly opened and read in the City Council Chambers, Room 240,
City Hall, for the project specified herein.
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 sing D epartm ent,
Multnomah County School D is t r ic t #1J, 501 N. Dixon,
P ortland, Oregon fo r the items lis te d 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., Room 335, Salem, Oregon
97301.
BID FILING
DATE
Feb. 27, 1990 Elementary School Remodel At
10531 S. W. Capitol Highway
Bids must be submitted on the proposal forms furnished to bidders.
Proposals shall be submitted in a sealed envelope plainly marked “ BID
ON PAINTING, INTERIOR AND EXTERIOR - BID NO. 3650” , and
show the name and business address of the bidder.
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, D ir. o f Purchasing, 249-2000, Ext. 581.
Any objections to or comments upon the bid specifications must be
submitted in writing to the Office o f the Purchasing Supervisor, 555
Liberty St. S.E., Salem, OR 97301. They must be received no later than
five (5) working days before the bid closing date.
BID TITLE
MECHANIC
West Coast Grocery Company is accepting
resumes from qualified individuals for
the position of Journeyman Mechanic.
Individuals must have experience in ve-i
h id e maintenance, service and repair:
diesel tractors, trailors, reefers, power
tailgates, auto and warehouse equip­
ment. Proficient general welding and
fabrication skills necessary. Must own
complete set of tools and have a valid
Oregon driver's license.
Entry level wage $10.65 per hour. Medical
and dental benefits available. This is a
bargaining unit position.
Send resume of qualifications and refer­
ences regarding your work perform­
ance to W est Coast Grocery Co., P.O.
Box 12909, Salem, Oregon 97309, Attn.:
Human Resources.
Equal Opportunity Employer
CORRECTIONAL
OFFICER
Supervise and control inmates in an
adult correctional institution. Be­
ginning salary $1,677 per month
plus liberal benefits. Current posi­
tions in Baker City, North Bend,
Pendleton and Salem. Future posi­
tions in Portland and Ontario.
Exams will be held in Portland on
February 17 and March 24, plus ad­
ditional dates in Salem, Ontario,
and Pendleton.
Applications available at Urban League
of Portland, Employment Division
offices, or contact:
Department of
Corrections Personnel
2575 Center Street NE
Salem, OR 97310
(503) 378-2497
Equal Opportunity Employer
TECHNICAL WRITER
The Port of Pordand is recruiting for a
Technical Writer to draft policies,
procedures, instructions and notices
from outlines provided by Portland
Ship Repair Yard managers. This is
a temporary position lasting ap­
proximately six months.
Preferred qualifications include:
* Military administrative experience.
* Familiarity with subject index codes
used in military manuals.
* Experience with data processing,
database and graphics programs.
* Experience or course work in techni­
cal report writing.
* Excellent communication skills.
Salary is commensurate with experi­
ence. This position is ineligible for
benefits.
If interested and qualified, apply in
person at the Port of Portland
Employment Office, 700 N.E.
Multnomah, 14th Floor, or call (503)
231-5000, ext. 700 for application
materials. All applications must be
received by Monday, February5,
1990, at 5 p.m.
The Port is an
Equal Opportunity E m p lo y ei^ ^
A surety bond, cashier’s check, or certified check of the bidder in the
amount o f 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 bids, exceeding $2,000, will be received or considered by the City
of Salem or any o f 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 276a(a) shall be included in his contract. Every contrac­
tor or subcontractor is required to post the applicable prevailing wage
rates in a conspicuous and accessible place in or about the work-site for
the duration of the job. Contractors and subcontractors who intention­
ally fail to post the PWR can be made ineligible to receive any public
works contract for up to three years.
The Salem Housing Authority 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.
R ECIPROCAL PREFEREN CE 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-responsivc.
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 termina­
tion of this contract without recourse by the contractor.
The City of Salem is an Equal Employment Opportunity/Affirmative
Action Employer.
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 Mr. Tom Anderson, Salem Housing Authority, at (503) 588-
6456.
James Young
General Services Director
THE PORT OF PORTLAND
ADVERTISEMENT FOR BIDS
PORTLAND INTERNATIONAL AIRPORT
ASR-9 CONDUIT SYSTEM INSTALLATION
AIRPORT IMPROVEMENT PROGRAM (AIP)
PROJECT NO. 3-48-0048-09
Sealed bids for the Portland International Airport, ASR-9 Conduit
System Installation, will be received at the office of the Purchasing
Manager of The Port of Portland, 700 N.E. Multnomah Street, 10th
floor, Suite 1050, Pordand, Oregon, (mailing address: Post Office Box
3529, Portland, Oregon, 97208) until, but not after, 2 p.m. February 22,
1990, and thereafter publicly opened and read.
Disadvantaged Business Enterprise (DBE) Program:
Bidders are required to show that small subcontractors, suppliers, or
manufacturers which have been certified by the Oregon Executive
Department as disadvantaged, minority, or women business enterprises
(collectively “ Disadvantaged Business Enterprises” or “ DBEs” ) will
participate in not less than 10 percent of the total dollar amount bid.
Scope:
Installation of a conduit system for the relocation of the ASR-9 FAA
radar facility.
A prebid conference will be held on Friday, February 9,1990, at 10 a.m.
at the Portland International Airport Maintenance Facility, 7111 N.E.
Alderwood Road, Portland, Oregon, to discuss all phases of the work.
Please direct technical questions to the Project Engineer, Brian Vo,
(503) 231-5000, Ext. 615.
Bids must be on the bid form which will be provided to prospective
bidders and must be accompanied by a certified or cashier’s check
drawn on a United States bank or a bid bond payable to The Port of
Portland in an amount equal to at least 10 percent of the total amount
bid.
Bidders are required to prequalaify in the following category:
Electrical.
Prequalification applications must be received at least 5 days prior to
the time set for bid opening. Applications for prequalification may be
submitted less than 5 days before bid opening, but consideration by Port
cannot be assured.
The drawings and the contract manual may be examined at Port offices.
Copies may be obtained by prospective bidders at no cosL
This is a federal aid contract, and all labor shall be paid no less than the
minimum wage rates established by the U.S. Secretary of Labor, as
included in the contract documents.
The labor and civil rights requirements in the Bid and the Supplemen­
tary Conditions apply to this work. The proposed Contract is under the
subject of Executive Order 11246 on Nondiscrimination Under Federal
Contracts, September 24, 1965, and as amended; and 49 CFR Part 23,
on Participation By Disadvantaged Business Enterprises in United
States Department of Transportation Programs, March 31,1980, and as
amended.
Disadvantaged business enterprises will be afforded full opportunity to
submit bids in response to this invitation and will not be discriminated
against on the basis of race, color, national origin, or sex in considera­
tion for an award of any contract entered into pursuant to this advertise­
ment.
Bidders are required to state whether or not the bidder is a resident
bidder, as defined in ORS 279.029. (Reference Article 3 of the Instruc­
tions to Bidders).
Bids may be rejected if not in compliance with bidding procedures and
requirements. And or all bids may be rejected if in the public interest to
do so.
THE PORT OF PORTLAND
Gary A. Kanz, C.P.M., Senior Manager
Contracts and Procurement
CONTRACT OFFICER
The Port of Portland has an immediate opening for a Contract Officer
in its Contracts and Procurement Division.
the successful candidate will:
* Prepare formal procurement documents, including request for pro­
posals, invitations for bids and contracts.
* Attend pre-bid conferences and serve as liaison with contractors, con­
sultants and vendors, providing procedural and procurement infor­
mation as required.
* Open assigned bids recommending award of contract and informing
all bidders and interested vendors of final outcome.
* Handle bid protests with assistance from legal counsel.
* Assist in monitoring assigned contracts.
* Make recommendations concerning bidding formats and contractual
language.
* Train, assist and oversee Buyers on formal procurements.
* Maintain liaison with user departments.
* Maintain current knowledge of Oregon State Statutes and Adminis­
trative Rules, Port Contract Review Board rules, Developments in
the procurement field and Port business needs.
Preferred qualifications include:
* Degree in public or business administration, related discipline or
equivalent in work experience.
* Course work in law.
* Five year experience in procurement and/or contractual work.
* Good negotiating and research skills.
* Good project management skills.
* Good oral and written communication skills.
In addition to a starting salary range of $30,532 to $35,184 commensu­
rate with experience, the Port offers a comprehensive benefit
package.
If interested and qualified, apply in person at the Port of Portland
Employment Office, 700 N.E. Multnomah, 14th Floor, or call (503)
231 -5000, ext. 700 for application materials. All applications must
be received by 5 p.m., Monday, February 5, 1990.
The Port is an
Equal Opportunity Employer
Port of Portland
700 N.E. Multnomah
P.O. Box 3529
Portland, OR 97208
PORTLAND OBSERVER
FAX #
503)288-0015