« i> iiT ~t~ r r/eur-i-* Page 9 Portland Observer AUGUST 24,1989 JOBS & CLASSIFIED PUBLIC NOTICE This announcement w ill serve as notice o f Washington State Department o f Transportation’s (W SD O T) 1990 annual Disadvantaged Business Enter­ prise (D B E ) goal for contracting goods and services funded by the Federal Highway Adm inistration (F H W A ), Urban Mass Transportation A d m in i­ stration (U M T A ), and other departmental elements o f United States Depart­ ment o f Transportation (U S D O T). The 1990 Washington State Department o f Transportation D B E goal is 16 percent This notice is published in accordance w ith Subpart D, Section 106(c) o f the surface Transportation and U niform Relocation Assistance A c t (STU- R A A ) o f 1987. The method used to establish the goal included past historical experience and the disadvantaged business requirements o f STR U R AA (Section 106(c)). The support documentation fo r determ ining this goal w ill be available for inspection 8 a.m. to 5 p.m. at the Washington State Department o f Transpor­ tation (W S D O T) fo r 30 days. W S D O T w ill accept comments on goals u ntil September 30,1989. W ritten comments should be submitted to H erm inio Vargas, Jr., A cting Manager, m in ority A ffa irs O ffice , Department o f Trans­ portation, Transportation B u ilding, O lym pia, W A 98504. MULTNOMAH COUNTY NE/SE 223rd Ave. Phase II The Housing A uthority o f the C ity o f Vancouver, Washington, w ill receive sealed bids at the A u th o rity ’ s o ffice , 500 Omaha W ay, Vancouver, W ashington, 98661, u n il 2:00 p.m ., A ugust 31, 1989, at which tim e and place a ll bids w ill be pub licly opened and read aloud to fu rn is h and in sta ll ISO e le ctric ranges and 31 e le c tric re frig e ra to rs , per specifications and d e liv e ry schedule, to the S k y lin e C rest H ousing P roject. Specifications, location, bid preparation inform ation, terms and co nd i­ tions o f the Invitation for bid and General Conditions are on file and available at the A u th ority offices, 694-2501. A certified check or bank draft payable to the Housing A uthority o f the C ity o f Vancouver, W ashington, as satisfactory bid bond executed by the bidder, or acceptable sureties in an amount equal to 5 percent o f the bid shall be submitted w ith each bid. The successful bidder w ill be required to furnish and pay fo r satisfactory L IL L IE W A L K E R , D IR EC TO R PU R C H A SIN G SEC TIO N PUBLIC NOTICE T O BE P U B L IS H E D O N A U G U S T 24, 1989 C ity o f Portland Development Commission Request for Qualifications H ea d q u a rte rs H otel Design Services The P o rtla n d D evelopm ent C om m ission (P D C ) is so liciting letters o f interest based upon the qualifications o f architectural design consultants to undertake an exam ination o f alternative headquarter hotel development options and prelim inary cost estimates on three potential sites near the Oregon Convention Center. The Portland Development Com m ission is com m itted to taking a ffirm a ­ tive action to encourage and facilitate the participation o f M in o rity and Women Business enterprises in Commission projects and operations. To help meet Com m ission goals, prim e contractors are encouraged to consider and u tilize qualified M B E /W B E subcontractors in this project. The C om ­ m ission’ s goal for this project has been established at 9% M in o rity Business Enterprise and 9% Women business Enterprise utilization as a percentage o f the total dollar amount o f this contracL Copies o f the proposal package and submission requirements are a vail­ able at the PDC offices, attention Maureen Kallm an, 1120 S.W. F ifth Avenue, suite 1120, Portland, Oregon 97204-1968, (503) 796-6950. Proposals are due at the PDC o ffice no later than 3:00 p.m ., W ednes­ day, August 30,1989. NOTICE OF INTENT T he O regon D ep artm en t o f T ra n s p o rta tio n , H ighw ay D ivisio n , E n ­ v iro n m e n ta l Section is seeking the services o f a qualified consultant to conduct cultural resources research and prepare environmental documenta­ tion for selected highway construction projects throughout the State o f Oregon. The successful consultant w ill enter into a flexible services contract. The work w ill be assigned on a project by project basis. The m axim um value o f the 2 year contract w ill be $100,000 w ith renewal option fo r one year. I f you arc interested in being considered, a request for Q ualifications can be obtained by calling or w ritin g Bob Thompson, Consultant Liaison Engineer, 309 Transportation B uilding, Salem, OR 97310; telephone (503) 378-6563. Request fo r Q ualifications is due on Septem ber 8, 1989. PORTLAND OBSERVER FAX # 503)288-0015 INVITATION TO BID The C ity o f Salem w ill receive sealed bids at the o ffice o f the C ity Recorder.City H all, Room 205, Salem, Oregon 97301,until, b u t not a fte r 11:00 a.m ., Septem ber 6, 1989, at which lim e said bids w ill be publicly opened and read aloud in the C ity C ouncil Chambers, Room 240, C ity H all, fo r the project specified herein. Prime contractors interested in bidding on this project may receive one copy o f the specifications and other bid documents at the o ffice o f the Purchasing Supervisor, 555 L ib e rty St. S.E., Salem, Oregon 97301. Bids must be submitted on the proposal forms furnished to the bidders. Proposals shall be submitted in a sealed envelope p la inly marked “ B ID O N M cN ary Field. Salem A irp o rt Sign & Gate Im provem ents-BID #3600” , and show the name and business address o f the bidder. performance and payment bond. A ttention is called to the fact that not less than the m inim um salaries and wages as set forth in the Terms and C onditions must be paid on this project. The A u th o rity reserves the rig h t to reject any and a ll bids and to waive any inform alities in the bidding. No bid shall be w ithdraw n fo r a period o f 30 days subsequent to the opening o f bids w ithout the consent o f the A uthority. H O U SIN G A U T H O R IT Y OF T H E C IT Y OF V A N C O U V E R , W A S H IN G T O N Bids Due September 5,1989 at 2:00 P .M . Bid No. B 6 1-200-4071 Sealed bids w ill be received by the D irector o f Purchasing, M ultnom ah County Purchasing Section, 2505 S.E. 11th A ve., Portland, OR 97202 for: Street Construction, N E/S E 223rd Ave., SE Stark St. to N E GILsan St. Plans and Specifications are filed w ith the Purchasing D irector and copies may be obtained from the above address fo r a $5.00 non-refundablc fee. C HECKS A N D M O N E Y ORDERS O N L Y . Plans and Specifications w ill not be mailed w ith in the T ri-C ou nty area. P R E B ID C O N F E R E N C E : N O N E P R E Q U A L IF IC A T IO N O F B ID D E R S Pursuant to the M ultnom ah County Public Contact Review Board Adm inistrative Rules (AR40.030 Prequalification shall be required fo r this project fo r the fo llo w in g classes o f w ork: M unicipal Street Construction Prequalification applications or statements must be prepared during the period o f one year p rio r to the bid date. Prequalification application and p ro o f o f prequalification by the Oregon Department o f Transportation must be actually received or postmarked to M ultnom ah C ounty Purchasing Section by not later than 10 days p rio r to bid opening. A ll bidders must com ply w ith the requirements o f the prevailing wage law in ORS 279.350. Details o f compliance are available from the Purchasing Section, Department o f General Services, 2505 S.E. 11th Avenue, Portland, OR 97202, (503) 248-5111. Contractors and subcontractors must be licensed fo r asbestos abatement w ork i f the project involves w orking w ith asbestos. N O N D IS C R IM IN A T IO N Bidders on this w ork w ill be required to comply with the provisions o f Federal Executive Order 11246. The requirements fo r Bidders and Contractors are explained in the Specifications. No proposal w ill be considered unless accompanied by a check payable to M ultnom ah County, certified by a responsible bank, or in lieu thereof, a surety bond fo r an amount equal to ten percent (10% ) o f the aggregate proposal. The successful bidder shall furnish a bond satisfactory to the Board in the fu ll amount o f the contract. M ultnom ah County reserves the rig h t to reject any o r all bids. C IT Y O F S A L E M , O R E G O N M cN ary Field, Salem A irp o rt Sign & Gate Improvements INVITATION FOR BIDS Tom m y M . Gay, Executive D irector MULTNOMAH COUNTY FAIRVIEW COMMUNITY CENT REHABILITATION Bids Due A u gu st 29, 1989 a t 2:00 P .M . B id No. B61-100-4013 Sealed bids w ill be received by the D irector o f Purchasing, M ultnom ah County Purchasing Section, 2505 S.E. 11th Ave., Portland, OR 97202 for: F ram ing, finish C a rpe n try, in te rio r doors, d ry w a ll, ceramic tile, flooring, p a in tin g , p lu m b in g , gas fu rn a ce in s ta lla tio n & e le ctrica l im provem ents. Plans and Specifications are file d w ith the Purchasing D irector and copies may be obtained from the above address for a $5.00 non-refundable fee. CHECKS A N D M O N E Y ORDERS O N L Y . Plans and Specifications w ill not be mailed w ith in the T ri-C ou nty area. P R E B ID C O N F E R E N C E : N O N E P R E Q U A L IF IC A T IO N O F B ID D E R S Pursuant to the M ultnom ah County Public Contact Review Board Adm inistrative Rules (AR40.030 Prequalification shall not be required fo r this project fo r the fo llo w in g class(es) o f w ork: Prequalification applications o r statements must be prepared during the period o f one year p rio r to the bid date. Prequalification application and p ro o f o f prequalification by the Oregon Department o f Transportation must be actually received or postmarked to M ultnom ah C ounty Purchasing Section by not later than 10 days p rior to bid opening. A ll bidders must com ply w ith the requirements o f the prevailing wage law in ORS 279.350. Details o f compliance are available from the Purcliasing Section, Department o f General Services, 2505 S.E. 11th Avenue, Portland, OR 97202, (503) 248-5111. Contractors and subcontractors must be licensed fo r asbestos abatement w ork i f the project involves w orking w ith asbestos. N O N D IS C R IM IN A T IO N Bidders on this w ork w ill be required to comply w ith the provisions o f Federal Executive Order 11246. The requirements fo r Bidders and Contractors are explained in the Specifications. N o proposal w ill be considered unless accompanied by a check payable to M ultnom ah County, certified by a responsible bank, o r in lieu thereof, a surety bond fo r an amount equal to ten percent (10% ) o f the aggregate proposal. The successful bidder shall furnish a bond satisfactory to the Board in the fu ll amount o f the contracL M ultnom ah County reserves the rig h t to reject any o r a ll bids. L IL L IE W A L K E R , D IR E C TO R PU R C H A SIN G SECTION MULTNOMAH COUNTY Bids Due Septem ber 7 ,19 89 a t 2:00 P .M . B id No. B61-100-4055 Scaled bids w ill be received by the D irector o f Purchasing, M ultnom ah County Purchasing Section, 2505 S.E. 11th A ve., Portland, OR 97202 for: Rem odel o f e xisting b ld g. & a d d itio n o f 10,000 sq. ft. o f new b ld g.- C o n s tru c tio n type V -N , One (1) flo o r w / basement, includes site w o rk & landscaping. Plans and Specifications are filed w ith the Purchasing D irector and copies may be obtained from the above address for a $5.00 non-refundable fee. C HECKS A N D M O N E Y ORDERS O N L Y . Plans and Specifications w ill not be m ailed w ith in the T ri-C ounty area. P R E B ID C O N F E R E N C E : M A N D A T O R Y -A u g u s t 24,1989 @ 9:00 a t site 3653 SE 34th Ave. Portland, OR P R E Q U A L IF IC A T IO N OF BID D ER S Pursuant to the Multnomah County Public Contact Review Board Adm inistrative Rules (AR40.030 Prequalification shall be required fo r this project fo r the fo llo w in g class(es) o f work: building construction. Prequalification applications o r statements must be prepared during the period o f one year p rio r to the bid date. Prequalification application and p ro o f o f prequalification by the Oregon Department o f Transportation must be actually received or postmarked to M ultnom ah C ounty Purchasing Section by not later than 10 days prior to bid opening. A ll bidders must com ply w ith the requirements o f the prevailing wage law in ORS 279.350. Details o f compliance arc available from the Purchasing Section, Department o f General Services, 2505 S.E. 11th Avenue, Portland, OR 97202, (503) 248-5111. Contractors and subcontractors must be licensed fo r asbestos abatement w ork i f the project involves w orking w ith asbestos. N O N D IS C R IM IN A T IO N Bidders on this work w ill be required to comply with the provisions o f Federal Executive Order 11246. The requirements fo r Bidders and Contractors are explained in the Specifications. No proposal w ill be considered unless accompanied by a check payable to M ultnom ah County, certified by a responsible bank, o r in lieu thereof, a surety bond fo r an amount equal to ten percent (10% ) o f the aggregate proposal. The successful bidder shall furnish a bond satisfactory to the Board in the fu ll amount o f the contract. M ultnom ah County reserves the right to reject any o r a ll bids. L IL L IE W A LK E R .D IR E C T O R PU R C H A SIN G SECTION A n y objections to or comments upon the bid specifications must be submitted in w riting to the O ffice o f the Purchasing Super­ visor, 555 Liberty Street, SE, Salem OR 97301.They must be received no later than five (5) w orking days before the bid opening date. A surety bond, cashier’ s check o r certified check o f the bidder, in the amount o f ten percent (10% ) o f the bid must be attached to each proposal as security. Unsuccessful bidders w ill have their security refunded to them when the contract has been awarded. No bids, exceeding $2,000, w ill be received or considered by the C ity o f Salem o r any o f its officers unless the bid contains a statement by the bidder (by signing his proposal) that the provisions o f the Davis-Bacon A ct, 40 USCA 276(a) shall be included in his contract. Every contractor or subcon­ tractor is required to post the applicable prevailing wage rates in a conspicu­ ous and accessible place in or about the work-site fo r the duration o f the job. Contractors and subcontractors w ho intentionally fa il to post the PWR can be made ineligible to receive any public works contract for up to three years. The C ity o f Salem reserves the rig ht to reject any or all bids o r to award the base bid plus any combination o f alternates, whichever is determined to be in the C ity ’ s best interest, to waive form alities and o f postponing the award o f the contract for forty five (45) days. Prices quoted shall be firm fo r a period o f 45 days after the closing date. R E C IP R O C A L PREFERENCE L A W : In compliance with ORS 279.029, bidders must state on their proposal whether they are a resident or nonresi­ dent bidder. Proposals that fa il to provide this inform ation w ill be consid­ ered nonresponsive, A P R E -B ID C O N F E R E N C E w ill be held at the south side o f the airport term inal building, 2990 25lh St. SE, Salem, OR 97302, a t 10:00 a.m., on A u g u st 25, 1989. The purpose o f this conference is to explain the bid requirements and to answer any questions bidders may have.Attendance is encouraged but not required. Regardless o f statements made at the confer­ ence, bidders are cautioned that bid requirements w ill change o nly i f confirm ed by a w ritten addendum issued by the P urchasing D ivision. N O TE: This project (No. 3-41-0055-02) is federally funded through the Federal A viation A dm inistration (FA A ) and a ll requirements o f that agency pertaining to bidding and contract performance shall be s tric tly adhered to. The total F A A grant allocation=$ 140,000 (90%); additional 10% cost to be provided by the C ity o f Salem. In all instances where there is a co n flict between the state and federal provisions, federal provisions prevail, which provisions include but are not lim ited to U.S.Department o f Transportation Disadvantaged Business Enterprises programs and federal wage rates. The proposed contract is under and subject to Executive Order 11246, as amended, o f September 24, 1965, and to the Equal Em ploym ent O pportu­ nity (EEO ) and Federal labor Provisions. A ll labor on the project shall be paid no less than the m inim um wage rates as established by the Secretary o f Labor. The EEO requirements, labor provisions and wage rates are included in the bid documents/specifications and are also available fo r inspection at the C ity o f Salem Purchasing D ivision. A contractor having 50 or more employees and his subcontractors having 50 or more employees and who may be awarded a contract o f $50,000 or more w ill be required to maintain an affirm a tive action program,the standards for which arc contained in the specifications. To be e ligible fo r award, each bidder must com ply w ith the a ffirm a tive action requirements contained in the specifications. Disadvantaged business enterprises w ill be afforded fu ll opportunity to subm it bids in response to this invitation and w ill not be discriminated against on the grounds o f race, color and national origin in consideration for an award o f any contract entered into pursuant to this advertisement. Women w ill be afforded equal opportunity in all areas o f employment, however, the employment o f women shall not dim inish the standards o f requirements fo r the em ploym ent o f m inorities. Each bidder must supply all inform ation required by the bid documents and specifications; bids shall be submitted using the proposal form con­ tained in the bid documents. Each bidder must also complete, sign and subm it w ith his bid, Reciprocal preference Law inform ation (form ), * ‘C ertification o f Nonscgregated F acilities” , a statement entitled ‘ ‘ Bidders statement o f Previous Contracts subject to EEO Clause” , and ‘ ‘ Assurance o f M in o rity Business Enterprise Participation” as contained in the Bid Proposal. The attention o f bidders is directed to the provisions o f Chapter 97 .Salem Revised Code, concerning unlaw ful employment practices. V io la tio n o f such provisions shall be grounds for immediate term ination o f this contract w ithout recourse by the contractor. Inquiries concerning the contents o f the bid specifications should be directed to the consultant fo r the project, L y le Hutchens at: D EV C O E N G IN E E R IN G , IN C .,2 45 C on ifer B lvd .,C o rva llis,O R 97330,(503) 757- 8991. Robin J. K irkpa trick Purchasing Supervisor B ID NO. 3600 C LO SIN G : Septem ber 6, 1989 11:00 am CALL FOR BID M U LTN O M A H COUNTY Proposals Due: September 12, 1989 at 2:00 P .M . Proposal No. R FP # 9P04095 Scaled proposals w ill be received by the D irector o f Purchasing, 2505 S.E. 11th Ave., Portland, OR 97202 for: A Study of M inority/W om en Business Utilization in Public & Private Contracts M ultnom ah C ounty reserves the rig ht to reject any or all proposals. Specifications may be obtained at: M ultnom ah C ounty Purchasing Section 2505 S.E. 11th Avenue Portland, OR 97202 (503) 248-5111 L illie M . W alker, D irector Purchasing Section