E i «. ^a^^èoM» » »»■ *» I» i i* M » J V » » îA » * A»»»A» » f »■ A ugust 11, 1993 • T he P ortland O bserver P age B I P Document 00020 Advertisement For Bids The Port Of Portland Portland International Airport South Airfield Duct Bank Airport Improvement Program (AIP) Project No. 3-41-0048-TBA Sealed bids for the Portland International Airport, South Airfield Duct Bank, will be received at the office of the Manager, Contracts and Procurement, of The Port of Port­ land, 700 N.E. Multnomah Street, 15th floor, Portland, Oregon, (mailing address: Post Office Box 3529, Portland, Oregon, 97208) until, but not after, 3 p.m. August 25,1993, 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 “Disadvan­ taged Business Enterprises"or“DBEs”) will participate in not less than 13 percent of the total dollar amount bid. Description of Work: Install a new underground reinforced concrete encased duct bank, approximately 1,350 feet in length, from the Central Utility Plant to existing manholes SA4 and SE5 adjacent to Runway 10R-28L. Provide and install a new 48-inch diam­ eter casing under the intersection of taxiways Bravo and Tango at taxiway Bravo 6. Provide and install a series of manholes at designated locations along the underground duct system route. Work includes excavation, backfill, com­ paction, concrete, reinforcement, pavement repair and re­ placement, painting, and general clean-up. A prebid conference will be held on Tuesday, August 17, 1993, at 10 a.m. at the Portland International Airport Main­ tenance Facility, 7111 N.E. Alderwood Road, Portland, Oregon, to discuss all phases of work. Please direct technical questions to the Project Engineer, Glen Wakefield, (503) 731-7363. 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. Bid No. B61-200-8058 Supplemental Informational Advertisement Department Of Transportation Bids received until 2:00 P.M. on: August 24,1993 Call For Bids Sealed bids will be publicly opened and read at 2;15 P.M., the same day, by Multnomah County Purchasing, 2505 S.E. 11th Ave., Portland, Oregon for: EAST COUNTY SIDE­ WALK CONSTRUCTION,-PHASE IV. Plans and Specifications are filed with Multnomah County Purchasing and copies may be obtained from the above address for a $5.00 non-refundable fee. CHECKS AND MONEY ORDERS ONLY. Plans and Specifications WILL NOT BE MAILED within the Metropolitan, Tri-County area. PRE-BID CONFERENCE: NONE PREQUALIFICATION OF BIDDERS Pursuant to the Mult­ nomah County Public Contract Review Board Administra­ tive Rules (AR 40.030) Prequalification shall BE REQUIRED for this project for the following class(es) of work: Municipal Street Construction Prequalification applications or statements must be pre­ pared 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 by not later than 10 days prior to bid opening. All bidders must comply with the requirements of the prevail­ ing wage law in ORS 279.350. Details of compliance are available from Multnomah County Purchasing, 2505 S.E. 11th Avenue, Portland, Oregon, 97202, (503) 248-5111., by contacting Jan M. Thompson. Contractors and subcontractors must be licensed for asbes­ tos abatement work if the project involves working with asbestos. No proposal will be considered unless accompanied by a check payable to Multnomah County, certified by a respon­ sible bank, or in lieu thereof, a surety bond for the 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 contract. Multnomah County reserves the right to reject any or all bids. Lillie Walker, Director The Port Of Portland P.O. Box 3529 Portland, OR 97208 Bidders are required to prequalify in each of the following categories: Invitation For Bids Earthwork and Drainage - Grading, Excavating Asphalt Concrete Paving - Highways, Roads, Streets, and Airports Prequalification application 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 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 amended; and 49 CFR Part 23, on Partici­ pation By Disadvantaged Business Enterprises in United States Department of Transportation Programs, March 31, 1980, and as amended. Disadvantaged business enterprises will be offered 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.) No bid will be received or considered unless the bidder is registered with the State of Oregon Construction Contrac­ tors 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 for asbestos work under ORS 468A.720 is not required for this work. Bids may be rejected if not in compliance with bidding procedures and requirements. Any or all bids may be rejected if in the pubic interest to do so. Snow Plows, Sanders, And Hydraulic Controls Sealed proposals for same as above will be received by the Manager, Contracts and Procurement Division of the Port of Portland, 700 N.E. Multnomah Street, Portland, Oregon 97232 (mailing address: P.O. BOX 3529, Portland, OR 97208) 11:00 AM, local time, August 12,1993, and thereaf­ ter publicly opened and read. Proposal forms and other bid documents are available at the above Port office. The scope of work consists of manufac­ turing and providing two (2) each, snow plows, sanders, and hydraulic controls. The Port of Portland may reject any bid not in compliance with all prescribed public bidding procedures and require­ ments, and may, for good cause reject any or all bids upon a finding of the Port that it is in the public interest to do so. Reciprocal preference law: In compliance with ORS 279.029, bidders must state on their proposal whether they are a resident or nonresident bidder. Proposers thatfail to provide this information will be considered non responsive. Any objection to or comments upon the bid specification must be submitted in writing not less than five (5) working days before the bid closing date of the office of the Manager, Contracts and Procurement, at the above stated address. Any questions regarding the bid specification should be directed to Tom Trowbridge, Port of Portland, Aviation Maintenance, at (503) 335-1103, Monday through Friday, during normal working hours. Questions regarding bid requirements, general contractual requirements, or procurement proceedings should be re­ ferred to Rick Pilakowski, Contracts and Procurement at (503) 731-7588. Proposals shall be submitted on proposal forms provided by the Port and available at the Contracts and Procurement Division at the above stated address during normal Port office hours. Ron Stempel, Manager The Invitation for Bids, which includes the specifications may be obtained from Contracts and Procurement Division, at the above address, or call (503) 731-7593 to receive by mail. Contracts and Procurement The Port Of Portland The Port Of Portland Ron Stempel Manager Notice Of Intent The Oregon Department of Transportation, Policy and Stra­ tegic Planning Section is seeking proposals from consulting firms to update the 1986 State Rail Plan. The update will provide a comprehensive overview of the rail freight, and to a lesser extent, the passenger component of Oregon’s transportation system within a regional and national context. A major focus of the update will be on branch lines and secondary mainlines which have been or may be subject to abandonment, downgrading, or shifts in ownership. The update will become the major source document for the development of state rail policies, programs, and projects by the Department and will integrate the rail mode into the Oregon Transportation Plan. If you are interested in being considered, a Request for Proposals can be obtained by calling or writing Program/ Project Management Services, 307 Transportation Building, 355 Capitol Street NE, Salem, OR 97310; telephone (503) 378-6563. Statement of Proposals are due August 30, 1993. Contracts and Procurement Department Sub-Bids Requested for DHPP Elderly Housing Portland. Oregon B id D a te : M o n d a y , A u g u st 23, 1993 B id T im e : 10:0 0 A M . Sub-Bids must be received in our office not later than 1:00 P.M. on bid day!!! Anderson Construction Company, Inc. 6712 N. Cutter Circle Portland, OR 97217 (50) 283-6712 FAX: (503) 283-3607 Bids are Solicited From All Trades We are an equal opportunity employer and request sub bids from dsadvantaged, minority, women, and emerging small business enterprises. Oregon Contractor’s Beard Registration #63053 • # j / v 1 * a . » • Sealed bids will be received until 9:00 a.m. on August 26, 1993, for the projects listed below: County Benton NE Circle Blvd (Corvallis) Sec., of the Albany- Corvallis Hwy. Traffic Signals 4% DBE goal. Lane Centennial Blvd at Prescott Lane (Spring- field) Sec., in Eugene. Traffic Signals. 0% DBE goal. Medford-Eagle Point Sect., of the Crater Lake hwy in Medford. Illumination. 2% DBE goal. Jackson Klamath Chiloquin Rock Production Project on The Dalles - California Hwy., approx. 15 miles north of Chiloquin. Washington* Sunset Hwy. Ramp Metering Sec., of the Sunset Hwy. approx. 2 miles north of Hillsboro. 1) Earthwork and Drainage; or 2) Aggregate Bases; or 3) A.C. Pavement & Oiling; or 4) Traffic signals. 18% DBE goal. Glenn Jackson Bridge (Dry Fire Main), Phase 2 Section of and Clark the East Portland Hwy, (Route 1 -205), 6 miles north of Portland. Water Lines. 0% DBE goal. C o ntractors must be certified by the City of Portland and installation must conform to the City of Portland Fire Marshal requirements. Multnomah Deschutes Bend Parkway, Canal Phase Sect., of The Dalles - California Hwy., (Route US 97) in Bend. Reinforced Concrete & Structural Steel Bridges & Grade Separation Structures. Plans, specifications and bid documents may be obtained in Room 10, Transportation Building, Salem, OR 97310. Plans may be ordered by phone at (503) 378-6293. Prime contrac­ tors must be prequalified ten days prior to the bid opening day. For additional information, please contact Program Services, (503) 378-6563. If your business is not certified as a Disadvantaged Business Enterprise (DBE) or a Women Business Enterprise (WBE), please contact the Office of Minority, Women, and Emerging Small Business at 155 Cottage, Salem, OR 97310, phone (503) 378-5651. *A DBE PREBID WORKSHOP WILL BE HELD AT THE OFFICES OF KEITH CRAWFORD AND ASSOCIATES, 4300 N.E. FREMONT, SUITE 230, PORTLAND, OREGON 97213 AT 9:00 A.M. ON THURSDAY AUGUST 19, 1993 The State of Oregon, Department of Human Resources Office of Alcohol and Drug Abuse Programs, is issu in g a R e q u e st fo r P ro p o sa ls (R F P ) to d e liv e r th e D e p a rtm e n t o f H u m a n R e s o u rc e s /D e p a rtm e n t o f C o rre c tio n s A lc o h o l and D rug T ra in in g P roject. T h e in te n t o f th is R F P is to o b ta in th e se rvice s o f a q u a lifie d p ro je ct c o o rd in a to r/tra in e r and u p to tw o a d d itio n a l tra in e rs w ith e x p e rie n c e in th e a lco h o l and d ru g fie ld in tra in in g hu m a n se rvice p ro fe s s io n a ls re g a rd in g a lco h o l a n d d ru g issu e s. In te re ste d p a rtie s m a y re q u e st fu rth e r in fo rm a tio n o r c o p ie s o f th e R FP by c a llin g S h a w n C la rk (5 0 3 )3 7 8 -2 1 6 5 o r Ju lie E a rn e st (5 0 3 )3 7 3 -7 4 5 1 . P ro ­ p o sa l s u b m is s io n d e a d lin e is 5:00 p .m . S e p te m b e r 10, 1993. Invitation to Bid Sealed proposals for furnishing all materials, labor and equipment for the following described work will be received by the Clerk-Treasurer of the City of Woodland, P.O. Box 9, 100 Davidson Avenue, Woodland, Washington 98674 up until 3:00 P.M. August 17,1993. At this time the sealed bids will be publicly opened and read. A contract will be awarded or all bids rejected within 60 days after the bid opening. Project Description This project includes the following work: Demolition and removal of existing pavement, curbs and sidewalks. Reconstruction of approximately 1,000 linear feet of 40- foot wide street to include curb, gutter, sidewalk, storm drain and catch basins. The issuing office for Contract Documents is Gibbs & Olson, Inc. Consulting Engineers, 1405-17th Avenue, Suite 300 (Montice!'o Hotel), P.O. Box 400, Longview, WA. 98632, telephone number 206/425-0091. Contract Docu­ ments including drawings will be issued upon payment of a charge of $25.00. Full refund of deposits for the docu­ ments will be made to all General Contractors submitting a Bidder’s Proposal at the time and date stated above or as otherwise modified by addendum. No refund will be made to other planholders. All Proposals must be submitted on the regular form furnished with the specifications, and each must be accom­ panied by a certified or bank check or bidder's bond made payable to City of Woodland in an amount not less than five percent (5%) of the total bid. This project is financed through the Community Develop­ ment Block Grant Program with funds obtained from the U.S. Department of Housing and Urban Development. The contract will be subject to regulation in the Development of Labor and Housing and Urban Development. Attention is called to Federal provisions for Equal Oppor­ tunity, HUD Section 3 requirements, and the minimum wages as set forth in the contract documents. City of Woodland reserves the right to reject any or all bids, waive informalities, or to accept that bid which appears to serve the best interests of the City. By: Ralph E. Stuart, Mayor * * - J 5 *