Portland observer. (Portland, Or.) 1970-current, June 12, 1991, Page 12, Image 12

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

    Page 12-T h e Portland Observer—June 12, 1991
i
Portland Observer
BIDS/SUB-BIDS
CITY OF SALEM, OREGON
DEPARTMENT OF PUBLIC WORKS
DEPARTMENT OF GENERAL SERVICES
INVITATION TO BID
FOR THE REPLACEMENT OF AN 8-INCH SANITARY
SEWER IN ELM STREET NW AND
ALLEY E/O GERTH AND S/O ELM
The City of Salem will receive sealed bids at the office of the City
Recorder, City Hall, Room 205, Salem, Oregon until, but not
after 11:00 a.m., June 26,1991, at which time said bids will be
publicly opened and read aloud in the City Council Chambers,
Room 240,555 Liberty Street S.E., Salem, Oregon for the project
specified herein.
The proposed work consists of: 758 linear feet of 8-inch P.V.C.
pipe, 16 service installations, and 4 manholes with other appur­
tenant work.
Plans, specifications and other bid documents may be inspected
and obtained at the office of the City of Salem, Department of
Public Works, 555 Liberty Street S.E., Room 325, Salem, Oregon
((503) 588-6211). The bidder shall not file the book of “ Standard
Construction Specifications” with his bid.
Bids must be subm itted on the proposal forms furnished to the
bidders. Proposals shall be submitted in a sealed envelope
plainly marked “ BID ON THE 8-INCH SANITARY SEWER IN
ELM STREET NW, AND E/O GERTH AND S/O ELM - Bid
#3915” and show the name and business address of the bidder.
Any objections to or com m ents upon the bid specifications
must be submitted in writing to the Department of Public
Works, Room 325, 555 Liberty Street, SE, Salem OR 97301.
They must be received no later than ten (10) working days
before the bid opening date.
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 $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 provi­
sions of ORS 279.350 shall be included in his contract. Every
contractor or subcontractor is re q u ire d to post the applicable
Prevailing W age Rates (PWR) in a conspicuous and accessible
place in or about the work-site for the duration of the job. Contrac­
tors and subcontractors who intentionally fail to post the PWR can
be made ineligible to receive any public works contract for up to
three years.
RECIPROCAL PREFERENCE 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-responsive.
The City of Salem 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 clos­
ing 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.
Inquiries concerning the contents of the bid specifications should
be directed to: Howard Roney, Project Engineer, at 588-6211.
CATEGORY OF W ORK INVOLVED: SEWER CONSTRUCTION
Gary A. Kanz, C.P.M.
Purchasing Supervisor
BID NO. 3915
BID CLOSING: June 26,1991 @ 11:00 a.m.
SUB-BIDS REQUESTED
Class 6 Package - Beverage Store
AAFES Project No. 9184-88-013
Fort Wainwright, Alaska
Bid Date: June 20,1991 @ 2:00 P.M. Alaska Time
H.A. ANDERSEN CO., INC.
6712 N. Cutter Circle
Portland, OR 97217
(503) 283-6712
FAX: (503) 283-3607
Subcontractor/Vendor bids need to be in the Main office of H.A. Andersen Co.
by 10:00 A.M. PDT on 6-20-91.
We are an equal opportunity employer and request sub bids from disadvan­
taged, minority, women, and emerging small business enterprises.
Oregon Contractor’s Board Registration #63053
Alaska State License No. A-11731
DOCUMENT 000200
ADVERTISEMENT FOR BIDS
THE PORT OF PORTLAND
PORTLAND INTERNATIONAL AIRPORT
AIRTRANS CENTER CARGO APRON - PHASE III
AIRPORT IMPROVEMENT PROGRAM (AIP)
PROJECT NO. 3-41-0048-08 AND 15
Sealed bids for the Portland International Airport, Aritrans Center
Cargo Apron - Phase III, will be received at the office of the
Manager, Contracts and Procurement, of The Port of Portland,
700 N.E. Multnomah Street, 15th floor, Portland, Oregon, (mail­
ing address: Post Office Box 3529, Portland, Oregon 97208)
until, but not after, 11 a.m. June 28,1991, and thereafter publicly
opened and read.
Disadvantaged Business Enterprise (DBE) Program:
Bidders are required to show that small subcontractors, suppli­
ers, or manufacturers which have been certified by the Oregon
Executive Department as disadvantaged, minority, or women
business enterprises (collectively "Disadvantaged Business En­
terprises” or “ DBEs") will participate in not less than 12 percent
of the total dollar amount bid.
Description of Work:
Construction of asphalt concrete taxiway and air cargo apron, in­
cluding a portland cement concrete aircraft parking area, storm
sewers, edge lighting, pavement marking, and grading.
A prebid conference will be held on Tuesday, June 18, 1991, at
9 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, Dave
Irvine, (503) 231-5000, Ext. 7346.
Bids must be on the bid form which will be provided to prospec­
tive 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 submitted not later than 5
business days prior to the bid opening date.
The drawings and the contract manual may be examined at Port
offices. Copies may be obtained by prospective bidders at no cost
from Contracts and Procurement (address above).
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 Supple­
mentary Conditions apply to hits work. The proposed Contract is
under the subject of Executive Order 11246 on Nondiscrimina­
tion Under Federal Contracts, September 24, 1965, and as
amended; and 49 CFR Part 23, on Participation By Disadvan­
taged Business Enterprises in United States Department of
Transportation Programs, March 31, 1980, and as amended.
Disadvantaged business enterprises will be afforded full opportu­
nity to submit bids in response to this invitation and will not be dis­
criminated against on the basis of race, color, national origin, or
sex in consideration for an award of any contract entered into pur­
suant 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).
Bidders are required to be registered with the State of Oregon
Construction Contractors Board, pursuant to ORS 701.055 (1),
prior to submitting a bid. (Reference Articles 10,12, and 13 in 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.
THE PORT OF PORTLAND
Ron Stempel
Manager
Contracts and Procurement
Oregon State University
Peavy Arboretum Machine Shed Expansion
Bids: 18 June 1991 @ 2:00pm
MERLE DOTY AND SON, INC.
1656 NW 13th Street
Corvallis, Oregon 97330
Phone 752-4550 FAX 754-2242
We are an equal opportunity employer and request sub-bids from small
business, minority and women-owned business and disadvantaged
business enterprises.
SUB-BIDS REQUESTED
Oregon Health Sciences University
Lab Remodel Medical Research Building
Portland, Oregon
Bid Date: June 12,1991 A 3:00 p.m.
MACKAY CONSTRUCTION, INC.
CCB #62800
P.O. Box 219007
Portland, Oregon 97225
(503) 292-2374 FAX (503) 292-2486
We are an equal opportunity employer and request sub-bids from women and
minority business and emerging small business enterprises.
Project Number: WA16P008-905Z Project Name:
Skyline Crest Modernization:
(Phase IV) 1 bedroom fourplexes and sltework
Sealed bids to furnish all labor, materials, equipment, permits
and fees required to construct an complete modernization of
eleven 4- plex buildings and sitework for 59 buildings at Skyline
Crest will be received at the office of the Housing Authority of the
City of Vancouver, 500 Omaha Way, Vancouver, W ashington,
until 2:00 o'clock p.m., June 27, 1991, and then at said office
publicly opened and read aloud.
There will be a prebid meeting June 19,1991 at 10:00 a.m. at the
office of the Vancouver Housing Authority.
The Information for Bidders, Form of Bid Proposal, Bid Bond,
Contract, Performance Payment Bond, Plans, Specifications,
and other contract documents may be examined at the following
locations: Construction Data - Eastside, Portland; Construction
Data - Westside, Portland: Daily Journal of Commerce, Portland;
S.W. Washington Contractors Association, Vancouver; and Dodge/
Scan, Seattle.
Copies of these documents may be obtained - after June 14,
1991 - from Gary Rogowski, Architect, AIA, 315 E.Evergreen
Blvd, Vancouver, WA, 98660, (206) 694-8569, upon deposit of
$100. Deposits will be refunded if the documents are returned in
good condition within ten (10) days after bid opening. Additional
sets or parts of sets will be made available upon request at cost
of reproduction, which is not refundable.
Each bid shall be accompanied by Previous Participation Certifi­
cation, Non-Collusive Affidavit, and a certified check or bank
draft, payable to the Housing Authority of the City of Vancouver,
or U.S. governm ent bonds, or a satisfactory Bid Bond executed
by the Bidder and a Surety that is acceptable to the Federal
Government, in an amount equal to five percent of the bid.
The Contract will be awarded on the basis of the base bid unless
it overruns the amount budgeted for this work. In the case of such
overrun, deductible alternatives will be taken by the BHA in nu­
merical order as they are listed to the extent necessary to come
within the budgeted total. If there are no deductible alternates or
taking all deductible alternates the resultant still exceeds the
budgeted amount, the VH A reserves the right to reject all bids, or
to secure additional funds necessary to awarding the Contract.
If the total amount of the bid exceeds $25,000, the successful
Bidder will be required to furnish and pay for satisfactory Perform ­
ance and Payment Bond, or, separate performance and paym ent
bonds, each for 50% or more of the contract price, or a 20% cash
escrow or a 25% irrevocable letter of credit. Attention is called to
the provision for equal em ployment opportunity, insurance re­
quirements, and the paym ent of not less than the minimum
salaries and wages as set forth in the Specifications.
Any prevailing wage rate (including basic hourly rate and any
fringe benefits) determined under State or tribal law to be prevail­
ing with respect to an employee in any trade or position employed
under the contract Is inapplicable to the contract and shall not be
enforced against the contractor or any subcontractor with respect
to employees engaged under the contract whenever either of the
following occurs: (i) Such nonfederal prevailing wage rate ex­
ceeds (A) the applicable wage rate determined by the Secretary
of labor pursuant to the Davis-Bacon Act (40 U.S.C. 276a et
sequ.) to be prevailing in the locality with respect to such trade;
(b) an applicable apprentice wage rate based thereon specified
in an apprenticeship program registered with the Department of
labor of a DOL-recognized State Apprenticeship Agency; or (C)
an applicable trainee wage rate based thereon specified in a
DOL-certified trainee program, or (ii) such nonfederal prevailing
wage rate determine by the Secretary of HUD to be prevailing in
the locality with respect to such trade or position.
The Housing Authority of the City of Vancouver reserves the right
to reject any or all bids, or to waive any informalities in the bidding.
No bidder may withdraw his bid within thirty days after the date of
bid opening.
Housing Authority of the City of Vancouver
CITY OF PORTLAND
INFORMATIONAL
PORTLAND
ADVERTISEMENT
PUBLIC SCHOOLS
CALL FOR BIDS
Sealed bids w ill be received u n til 1:00 p.m. on the
dates
indicated in the Purchasing
Department,
Multnomah County School D is tr ic t #1J, 501 N. Dixon,
P ortland, Oregon fo r the items lis t e d herein:
BID FILING
DATE
BID TITLE
June 25, 1991
Gym Floor Finishes
P rin t Shop Paper For Warehouse
Stock, 1991-92
SUB-BIDS REQUESTED
INVITATION FOR BIDS
Ju ly 2, 1991
Benson High School Remodel Kitchen
Equipment
Bureau Of Personnel Services
REQUEST FOR INFORMATION:
Training on the Multi-Cultural Workforce
The City of Portland plans to engage in an extensive multi-cultural
training program.
The City is distributing a Request for Information to consultants
and vendors to deliver training to employees over a three-year
period. The city plans to implement training for its managers and
supervisors initially, and then perhaps develop a train-the-trainer
program for the delivery of sim ilar training to all City employees.
The Request for Information docum ent and additional information
may be obtained by contacting David Taylor, Bureau of Personnel
Services, City of Portland, 1220 SW Fifth Avenue, Room 170,
Portland, OR 97204, For inquiries, please contact Mr. Taylor at
(503) 823-3510. The deadline for responding is June 21, 1991.
C alculators For High Schools, 1991-92
Disposable Supplies For C afeterias,
1991-92
Paper Supplies For Warehouse Stock,
1991-92
Small Kitchen Equipment & Supplies
For Warehouse Stock, 1991-92
J u ly 15, 1991
Transportation Of The Portland Public
Schools For Years 1992-93, 1993-94.
1994-95, 1995-96, 1996-97
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 ition a l inform ation, please contact
M. J. Hutchens, D ir. Purchasing, 249-2000, Ext. 581.
|_
OF»
H a v e t h e o p p o r t u n ity to r e a c h a
c u ltu r a lly d iv e r s e w o r k fo r c e
t h r o u g h t h e P o r tla n d O b s e rv e r.
You can reach us at:
(503) 288-0033 or
fax (503) 288-0015
ADVERTISEMENT FOR BIDS
Sealed bids for the Langton Hall Rooms 10 & 12 Remodel project
will be received by the Oregon State Board of Higher Education
until 2:00 PM, local time, July 2, 1991. Bids will be opened and
publicly read aloud on July 3, 1991 at 2:00 PM local time.
Additional information may be obtained by contacting the OSU
Physical Plant, Adams Hall, Corvallis, Oregon 97331-2001 or
telephone 503-737-4921.
ADVERTISEMENT FOR BID
Sealed bids for the W eniger Hall Reroof project will be received by
the Oregon State Board of Higher Education until 2:00 PM, local
time, July 3,1991 . Bids will be opened and publicly read aloud at
that time.
Additional information may be obtained by contacting the OSU
Physical Plant, Adams Hall, Corvallis, Oregon 97331-2001 or
telephone 503-737-4921.
For Best Results
Advertise in , the Observer