Portland observer. (Portland, Or.) 1970-current, June 06, 1990, Page 10, Image 10

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

    Page 10 The Portland Observer June 6, 1990
B ids /S ub -B ids / L egal & P ublic N otices
NOTICE TO CONTRACTORS
N.W. TO W LE AVENUE (BETW EEN POW ELL AND DIVISION)
STREET RECONSTRUCTION P R O JEC T 5041
Scaled proposals will be received by the City Engineer, at the City Hall, 1333
N.W. Eastman Parkway, Gresham, Oregon 97030, until Thursday, June 14,
1990,9:00 A.M., Pacific Daylight Time, at which lime they will be opened, for
the construction of ihe N.W. TOWLE AVENUE (BETWEEN POWELL AND
DIVISION) STREET RECONSTRUCTION PROJECT 5041.
The major quantities involved are as follows:
Excavation and Grading
C.Y.
2,885
2,057
Asphaltic Concrete
Tons
3,989
Crushed Rock Base
Tons
Adjust Manholes
Each
15
Con:ractor for this work shall furnish all labor at current State of Oregon
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. Copies of said
plans and specifications may be obtained upon application to the City Engineer
and y posting a non-refundable fee of $25.00 with the City Engineer for each
set of plans and specifications requested.
Contractors must prequalify for street 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 N.W.
TOW LE AVENUE (BETW EEN PO W ELL AND DIVISION) STREET
RECONSTRUCTION PR O JEC T 5041” 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.
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 as to whether the bidder is a resident bidder,
as defined in ORS 279.029.
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.
The Clty of Gresham is an equal opportunity employer.
I
INVITATION TO BID
SALEM DOWNTOWN STREETSCAPE/ALLEYWAY
IM PROVEM ENT PROGRAM
CITY O F SALEM , OREGON
DEPARTEM ENT OF GENERAL SERVICES
PURCHASING DIVISION
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.,
June 21,1990, 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.
Prim e 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 330, Salem, Oregon 97301-3503,
phone: (503) 588-6136.
WORK DESCRIPTION: Sidewalk, utility, and alleyway construction im­
provements.
Bids must be submitted on the proposal forms furnished to the bidders.
Proposals shall be submitted in a sealed envelope plainly marked “ B I D Q Ji
DOW NTOW N STREETSCAPE ALLEYWAY IM PRO V EM EN T PRLL
GR AM - Bid #3725,” and show the name and business address of the bidder.
¿A ny objections to or comments upon the bid specifications must be^
submitted in writing to the Office of the Purchasing Supervisor, 555
Liberty St. S.E., Salem, OR 97301. They must be received no later than
, five (5) working davs before the bid closing dalfc.
— — /
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 provisions of ORS 279.350 shall be included in
his contract. Every contractor or subcontractor is req u ired 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 intentionally fail to post the PWR can be made ineligible to receive any
public works contract for up to three years.
R EC IPR O C A L PREFER EN C E LAW: In compliance with ORS 279.029,
bidders must state on their proposal whether they are a resident or non-resident
bidder. Proposals th at fail to prov ide this in fo rm a tio n w ill be cons i dered
nun-rcsiwnsiYk-
The City of Salem reserves the right to reject any o f 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.
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.
The City of Salem is an Equal Employment Opportunity/Affirmative Action
BY ORDER OF THE CITY COUNCIL
1333 N.W. Eastman Parkway
Gresham, Oregon 97030
Employer.
NOTE: A MANDATORY site orientation will be held at City Hall, 555
Liberty St. S.E., Room 325, Public Works Conference Room, at 11:00 a.m.,
on Ju n e 8 , 1990. Only one orientation will be held. All bidders M U S I attend.
Attendance at the entire orientation, which is expected to last approximately
City of P ortland
T ransportation Planning
Regional Rail Program
two (2) hour(s) is required.
Inquiries concerning the contents of the bid specifications should be directed
to: Mr. Jeff Datwyler, Community Development, at (503) 588-6011.
Gary A. Kanz, C.P.M.
Purchasing Supervisor
REQUEST FOR PROPOSALS
T iansit C orridor Development
Feasibility Study
The Regional Rail Program is soliciting proposals from qualified consult­
ants for the preparation of a feasibility study on the potential of direct in­
volvement by the City c f Portland in encouraging development around
proposed transit stations that would support future light rail corridors.
The City of Portland encourages participation of minority/women business
enterprise contractors in its projects.
Copies of the proposal package and submission requirements are available
at the Transportation Planning Office.
Please contact: Barrow Emerson, Project Manager, 1120 S.W. Fifth
Avenue, Room 702, Portland, Oregon 97204 (503) 796-7737.
Proposals are due to Transportation Planning offices on Thursday, June 7,
1990 no later than 4:00 p.m.
BID NO.
CLOSING:
3725
June 22,1990 11:00 a.m.
PROGRAM AND FISCAL AUDITOR
Seattle Public Schools has an immediate opening for a PROGRAM AND
FISCAL AUDITOR. Under administrative direction, the Program and Fiscal
Auditor provides independent program and fiscal audits, objective analysis,
evaluation, verification, and recommendation of accounting, financial, and all
other operating controls, to safeguard the District’s assets against fraud and
waste. Salary $3,825-$5,210/month. Additional annual stipends available:
$968 - MA $2,049 - Ph.D. Qualifications: MA degree in Business or Public
Administration or related field and five years of internal auditing experience OR
two years of public accounting and three years of internal auditing experience.
Certification as a Public Accountant or Internal Auditor required. Applications
may be obtained from Employment and Personnel Services, A & S Center, 815
Fourth Avenue North, Seattle, WA 98109 (206) 298-7377. Closing date: June
29, 1990. Equal Opportunity Employer.
HUMAN RESOURCES
TEMPORARY
Employment Interviewer
Blue Cross and Blue Shield of Oregon is accepting applications for a Temporary
Employment Interviewer. Qualified applicants must have demonstrated expe­
rience in a corporate setting with progressively responsible work experience in
employment recruiting, interviewing and employee selection. Experience in
Human Resource supportive functions such as new employee orientation, job
descriptions and HRIS as it applies to applicant records highly desirable.
Detailed knowledge of employment law and its application to the employment
process is required. Formal education in Human Resource Management is
preferred.
To assure your resume is processed immediately, place ad #058 at the top of your
resume or in your cover letter. Send resume to:
CONSTRUCTION
Northwest Natural Gas Company is actively seeking talented individuals to
begin as a part of our construction crews on an entry-level basis.
Recent physical labor/construction work experience will be strongly considered;
underground utility experience is desirable, but not required. Strong mechanical
and numerical aptitude/skills will be necessary; valid driver’s license with an
excellent driving record is essential.
Starting wage is $8.50/hr with a complete benefit package.
Only those selected for interview will be contacted.
TO APPLY:
In person: Access packet from Human Resources Department, Downtown
Portland office.
By mail: Send letter requesting application packet;
By phone: Request reactivation of previous application (during past 6 months).
Application deadline is June 8, 1990.
Blue Cross and Blue Shield of Oregon
Human Resources Dept., 5th Flr
100 S.W. Market
Portland, OR 97201
TDD# 225-6780
Equal Opportunity Employer
Northwest Natural Gas Co.
P.O. Box 3410
Portland, OR 97208-3410
Fax (503) 721-2506
Equal Opportunity Employer
JOB INFORMATION LINE: (503) 220-2434
SALES
CONNECT WITH A CAREER IN CABLE
par ag o n
JOB OPPORTUNITY
Call our 24-H our JobLine at 280-4727
for a listing of current openings at
Emanuel H ospital & H ealth Center.
EMANUEL HOSPITAL
& HEALTH CENTER
*«••»»**
A
Member
Equal Opportunity Employer. M fH
Paragon Cable, Portland's largest Cable Television System, is seeking en­
thusiastic self-starters to join it sales/installation team. Successful candi­
dates will have excellent customer relations. Sales skills or previous cable
installation experience helpful. Reliable transportation We are a highly
successful operation and are looking for top-notch individuals. We offer a
comprehensive benefits package and career opportunities. Training
provided.
If you are highly motivated and have a strong desire for success and
advancement, and have a good driving record, please apply in person to:
PARAGON CABLE
3075 N.E. Sandy Blvd.
Portland, OR 97232
Equal Opportunity Employer
INVITATION TO BID
M ULTNOM AH COUNTY
SE YAM HILL STREET CLEARING AND GRUBING
Bids Due lim e 14.1990
Bid N o B61-200-4598
Sealed bids will be received by the Director o f Purchasing, Multnomah County
Purchasing Section, 2505 S.E. 11th Ave., Portland, OR 97202 for: T o C t o t
and grub trees, tree stum ps, and b ush es. R em ove a p p ro x im a te l y 25 B r an d
9 deciduous trees. Rem ove stnmns and hack f lit
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 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) Prequalifi­
cation shall not be required for this project for the following class(es) of work.
N/A
.
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 law in
ORS 279.350.
Details of compliance are available from Larry Weaver, Purchasing Section,
Department of General Services, 2505 SE 11th Ave., Portland, OR 97202,
(503)248-5111.
Contractors and subcontractors must be licensed for asbestos abatement work
if the subject 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 contracL
Multnomah County reserves the right to reject any or all bids
Lillie W alker, Director
Purchasing Section
THE PORT OF PORTLAND
PORTLAND-TROUTDALE AIRPORT
RUNWAY 7-25 REHABILITATION
AIRPORT IMPROVEMENT PROGRAM (AIP)
PROJECT NO. 3-41-0061-04
ADVERTISEMENT FOR BIDS
Sealed bids for the Portland-Troutdale Airport, Runway 7-25 Rehabilitation,
will be received at the office of the Manager, Contracts and Procurement, of
The Port of Portland, 700 N.E. Multnomah Street, 10th floor, Suite 1050,
Portland, Oregon, (mailing address: Post Office Box 3529, Portland, Oregon,
97208) until,but not, after,2 p -m Ju n e 21,1990, and thereafter publicly opened
and read.
Disadvantaged Business Enterprise (DBE) Program:
Bidders are required to show that small subcontractors, suppliers, or manufac­
turers which have been certified by the Oregon Executive Department as dis­
advantaged, minority, or women business enterprises (collectively “ Disad­
vantaged Business Enterprises” or “ DBEs” ) will participate in not less than
10 percent of the total dollar amount bid.
Scope:
Pulverize approximately 4,230 feet of asphalt concrete runway, grade an com­
pact base course, asphalt concrete paving, pavement marking, shoulder grad­
ing, and temporary airfield marking and lighting.
A prebid conference will be held at 10 a.m. on Thursday, June 7,1990, in the
Administration Building at Portland-Troutdale Airport, to discuss all phases of
the work.
Please direct technical questions to the Project Engineer, Dave Irvine, (503)
231-5000, E x t 752
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 prequalify in the following category:
Asphalt Concrete Paving
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 co st
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 Supplementary Condi­
tions apply to this work. The proposed Contract is under the subject of
Executive Order 11246 on Nondiscrimination Under Federal Contracts, Sep­
tember 24, 1965, and as amended; and 49 CFR Part 23. on Particiaption By
Disadvantaged Business Enterprises in United States Department of Transpor­
tation 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 consideration for an award of any
contract entered into pursuant to this advertisement.
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 Instructions to Bidders).
Bids may be rejected if not in compliance with bidding procedures and
requirements. Any or all bids may be rejected if in the public interest to do so.
Port of Portland
700 N.E. Multnomah
P.O. Box 3529
Portland, OR 97208
SUB-BIDS REQUESTED
Oregon D epartm ent o f Transportation
East M arquam Interchange-S.E. Water Ave, Exit Section
M ultnom ah County, Oregon
Bid Date: June 7 ,1 9 9 0 @ 9:00 A.M.
STOLTE CONSTRUCTION
33400 8th Ave. South #131, Federal Way, WA 98003
(206) 874-8573 FAX (206) 874-8608
Our representative will be at the Portland Red Lion Inn
City Center June 4-7. Phone (503) 220-0613 PAX (503) 220-0622
We are an equal opportunity employer and request su bbidsfrom small business and
small disadvantaged subcontractors and women and minority business enterprises