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