Portland observer. (Portland, Or.) 1970-current, February 26, 1992, Page 11, Image 11

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

    t
i
February 2 6 , 1992...The Portland Observer...Page 11
Portland Observer
CLASSIFIEDS
Document 00020
Advertisement for Bids
The Port of Portland
Portland International Airport
Terminal Apron Expansion and Rehabilitation
G.A. Taxiway and Taxiway “X** Strengthening
Airport Improvement Program (AIP)
Project No. 3-41-0048*15 and 19
Sealed bids for the Portland International Airport, Terminal Apron
Expansion and Rehabilitation, 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: P.O. Box 3529, Portland, OR 97208) until, but not
after, 2 p.m. March 19,1992, 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 En­
terprise" or "DBEs") will participate in not less than 14 percent of
the total dollar amount bid.
Description of work:
Excavation, grading, and seeding; asphalt concrete apron con­
struction; pavement milling; asphalt concrete paving; pavement
marking; and airfield lighting.
A prebid conference and bus tour will be held on March 3,1 9 9 2
at 9 a.m. in Conference Room 3002 on the third floor mezzanine
in the Terminal Building at Portland International Airport to
discuss all phases of the work. The elevator to the third floor
mezzanine is located between the Norm Thompson and City Kids
shops in the concession lobby.
Please direct technical questions to the Project Engineer, Dave
Irvine (503) 731-7346.
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 bankor 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
Supplementary 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 am ended; and 49 CFR Part 23, on Participation by
Disadvantaged Business Enterprises in United States Depart­
ment of Transportation Programs, March 31, 1980, and as
amended.
Disadvantaged business enterprises will be afforded full oppor­
tunity 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.)
No bid will be received or considered unless the bidder is
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.)
A license under ORS 468A.720 is required for work involving
asbestos.
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
State of Oregon
Department of Human Resources
Vocational Rehabilitation Division
2045 Silverton, N.E.
Salem, OR 97310
Request for Proposal
The Vocational Rehabilitation Division, an agency within the
Oregon Department of Human Resources, is seeking proposals
from Accounting and Consulting firms to validate a Rate Study for
the Transitional Services Program. Complete proposal requests
and Contract Agreements are available from Joey Ovanin, at 378-
3830, Ext. 248. Minority, Female, and small businesses encour­
aged to subm it proposals.
Sub-Bids Requested
PDX - T.E.N. Project
Sub-Bids requested for the following Bid Package:
Steel Erection - Ticket Lobby
Pre-Qualified Bidders Only
Bid Package Documents Available On February 25,1992
Bid Date: March 9,1992.10:00 a.m.
Baugh Construction Oregon, Inc.
PDX Jobsite - 7267 NE Airport Way - Portland, OR 97218
(503) 335-3655
CCB#62877
Equal Opportunity Employer
Baugh Industrial Contractors is bidding this package as a subcontractor
1
Call for Bid
^Advertising
¡Employment
* Blds/Sub-Blds
City of Salem, Oregon
Department of Public Works
Department of General Services
Multnomah County
NOI's due by 4 p.m. on March 6,1992
NOI No. 2P1601
Sealed Notices of Intent will be received until, but not after, 4 p.m.,
by the Director of Purchasing, 2505 S.E. 11th Avenue, Portland,
Oregon 97202 for:
Notice of Intent Number 2P1601
Multnomah County intends to contract with a qualified organiza­
tion to provide food for senior citizens beginning July 1, 1992
under the Older Americans Act of 1965, as amended.
A letter describing how your organization or business meets
each of the qualification criterion below must be received no
later than 4 p.m. Friday, March 6,1992 by:
Purchasing Director
Multnomah County Purchasing
2505 S.E. 11th
Portland, OR 97202
Phone: 248-5111, FAX: 248-3252
The contract will be on a fees for service basis. Organizations must
respond to this Notice of Intent in order to respond to the Request
for Proposals.
Invitation to Bid
For the Installation of Traffic Signal Improvements
At Various Downtown Locations -1991-92
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., March 4,1992, 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: the removal, replacement, and
modification of traffic signal equipment in various locations
throughout downtown Salem, including, but not limited to the
installation of conduits, junction boxes, controllers, cabinets,
foundations, traffic signal poles, signal heads, emergency pre­
emption equipment, and wiring, and appurtenant 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) 288-6211). The bidder shall not file the book of “Standard
Construction Specifications” with his bid.
Bids must be submitted on the proposal forms furnished to the
bidders. Proposals shall be submitted in a sealed envelope
plainly marked “ Bid on T ra ffic S ignal Im p ro ve m e n ts - B id
#4010,” and show the name and business address of the bidder.
Qualifications: The provider must have:
(1) facilities for purchasing, storing and producing food for 600,000
annual meals.
(2) capacity to deliver food to 15 sites in a timely manner, assuring
that food is not exposed to temperatures from 45 to 180 degrees
Fahrenheit.
Any objections to or comments upon the bid specifications must
be su b m itte d in w ritin g to the Department of Public Works,
Room 325,555 Liberty Street, SE, Salem, OR 97301. They must
be received no later than ten (10) w o rk in g days before th e b id
o p e n in g date.
(3) previous experience in providing similar size and type of food
service including the distribution of food from a central kitchen to
multiple sites.
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.
(4) general liability and workers' compensation insurance.
(5) commitment to menu variety and responsiveness to the ethnic
menu needs.
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
provisions of ORS 279.350 shall be included in this contract.
Every contractor or subcontractor is re q u ire d to post the appli­
cable Prevailing Wage Rates (PWR) 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.
Pertinent Program Data:
* Contractor must supply Native American, Chinese and Hispanic
ethnic meals. There is a desire on the part of the Aging Services
Division to increase the number of ethnic meals and improve the
ethnic credibility of those meals.
* The meal sites are NOT included in this Notice of Intent. The
provider’s responsibility ends when the meals are delivered to the
site.
* The 1991-92 budgeted meals are 600,904.
R e ciprocal Preference Law : In compliance with ORS 279.029,
bidders must state on their proposal whether they are a resident
or nonresident bidder. P ro p o sa ls th a t fa il to p ro v id e th is
in fo rm a tio n w ill be c o n sid e re d n o n re sp o n sive .
* In 1990-91, the current provider chose to subsidize the Multnomah
County program with approximately $554,951 in cash raised
through its corporate and individual site fund raising programs.
This does not include any in-kind contributions of food, equipment
or volunteer hours. About 52 percent of that subsidy could be
allocated to meal preparation/delivery. Subsidy is not required of
the contractor.
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 closing date.
* A minimum of 18,000 hot weekend meals are required in the
contract.
The attention of bidders is directed to the provisions of Chapter
97, Salem Revised Code, concerning unlawful em ployment
practices. Violation of such provisions shall be grounds for
immediate termination of this contract without recourse by the
contractor.
* The current per delivered meal price paid by the County is $1.53.
Multnomah County reserves the right to reject any or all proposals
if not in compliance with Request for Proposals (RFP) procedures
and requirements.
Vendors shall use recyclable products to the maximum extent
economically feasible in the performance of the contract work set
forth in this document.
Specifications may be obtained at:
Multnomah County Purchasing
2525 S.E. 11th Avenue
Portland, OR 97202
(503) 248-5111.
Lillie M. Walker, Director
Purchasing, Contracts and Stores
No bid for a construction contract shall be received or considered
by the public contracting agency unless the bidder is registered
with the Construction Contractors Board or licensed by the State
Landscape Contractors Board as required by ORS 671.530.
The City of Salem is an Equal Employment Opportunity/Affirma-
tive Action Employer.
Inquiries concerning the contents of the bid specifications should
be directed to Jerry A. Wymore, Project Manager, at 588-6211.
Request for Qualifications
Categories of W ork Involved: Traffic Signals.
from General Contractors
For
Commercial Tenant Improvements for DHPP Projects
In Portland, Oregon
Gary A. Kanz, C.P.M.
Bid No. 4010
Bid Closing: March 4,1992,11:00 a.m.
The Portland Development Commission (PDC) acting as Agent
on behalf of certain non-profit low-income Downtown Housing
Preservation Program (DHPP) housing owners, seeks State­
ments of Qualifications from General contractors for construction
of commercial tenant improvements projects of up to $75,000
each. The projects are part of the City of Portland Downtown
Housing Preservation Program (DHPP). Statements of Q ualifica­
tions will be evaluated by the Agent and several of the most
qualified contractors will be placed on a pre-qualified list and
invited to submit cost proposals on these projects as they occur.
The pre-qualified list will be in effect for 24 months. The construc­
tion work will be performed on a cost-plus-fixed-fee basis within
a Guaranteed Maximum Price (GMP) by the lowest bidder. Labor
and Materials Payment (Performance) bonds will be required for
each project.
In order for a contractor to be included on the list of Pre-qualified
Contractors, a contractor must be registered and bonded by the
State of Oregon Construction Contractor’s Board, must be li­
censed by the City of Portland, must be certified by the City of
Portland as an Equal Employment Opportunity (EEO) em ployer
and pre-qualified by the City of Portland in Class 19 “Building
Construction" or Class 20 "Building Alteration and Repair.” The
Agent will assist contractors in meeting these requirements.
Sub-bids Requested
Friendship Health Center
Odd Fellows Holgate Center
Bid Package #4
Portland, Oregon
Bid Date: For Building Demo Only: Tuesday, March 10,1992,10 a.m.
Bid Date: All Others: Friday, March 20,1992 at 10 a.m.
Andersen Construction Co., Inc.
6712 N. Cutter Circle
Portland, OR 97217
(503) 283-6712
FAX: (503) 283-3607
Soliciting quotes on all phases of work
Except Lt. Gauge Metal Framing, HVAC, Plumbing, Electrical, Kitchen Equip­
ment, Landscaping, and site paving.
No telephone quotes accepted
We are ar, equal opportunity employer and request sub bids from disadvan­
taged, minority, women, and emerging small business enterprises.
Oregon Contractor's Board Registration #63053.
Contractors must carry Comprehensive General Liability Insur­
ance on an occurrence basis in an amount not less than $500,000.
Advertisement for Bid
ESB/MBE/WBE contractors that meet or can meet the above
requirements are encouraged to respond to this Request for
Qualifications. The Agent's goals for Emerging Small Business/
Minority Business Enterprise/Women's Business Enterprise (ESB/
MBE/WBE) participation in construction projects are 10%, 5%
and 2.5% respectively.
A copy of the Request for Qualifications is available from Sherry
Lenard, at the office of the PDC (503) 823-3234 on or after
February 24, 1992.
Sealed bids for the Sackett Hall Condensate Return Line Repair
Pebid project will be received by the Oregon State Board of
Higher Education until 2:00 p.m., local time, March 17, 1992.
Bids will be opened and publicly read aloud at that tim e. All
bidders must be registered with the Construction C ontractor’s
Board.
Additional information may be obtained by contacting the OSU
Physical Plant, Adams Hall, Corvallis, OR 97331-2001 or tele­
phone 503-737-7694.
>