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