Portland observer. (Portland, Or.) 1970-current, July 24, 1991, 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.

    i
July 2 4 ,1991—The Portland Observer-Page 11
Portland Observer
CLASSIFIEDS
MULTNOMAH COUNTY
INVITATION FOR BIDS
ASPHALT CONCRETE PAVEMENT OVERLAY (91-2)
Bids Due August 6,1991 at 2:00 P.M.
Bid No. B61-200-6011.
Project #WA16P008-907Z
Project Name:
Van Vista Modernization Project Fire/Life Safety
Retrofit
Sealed bids will be received by the Director of Purchasing,
Multnomah County Purchasing Section, 2505 S.E. 11th Ave.,
Portland, OR 97202 for:
Overlaying various SE Roads and Streets with Asphalt Concrete
and reshaping of existing intersection and driveways..
Plans and Specifications are filed with the Purchasing Director
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 Tri-County
area.
PREBID CONFERENCE: NONE
PREQUALIFICATION OF BIDDERS Pursuant to the Multnomah
County Public Contract Review Board Administrative Rules (AR
40.030) Prequalification shall be required for this project for the
following class(es) of work: Asphalt Concrete Pavement and
oiling - Highways, Roads, Streets, and Airport Runways
Prequalification applications or statements must be prepared
during the period of one year prior to the bid date. Prequalification
application and proof of prequalification by the Oregon Depart­
ment of Transportation must be actually received or postmarked
to Multnomah County Purchasing Section by not later than 10
days prior to bid opening.
All bidders must comply with the requirements of the prevailing
wage law in ORS 279.350.
Details of compliance are available from Larry Weaver, Purchas­
ing Section, Department of General Services, 2505 SE 11th
Ave.,Portland, OR 97202, (503) 248-5111.
Contractors and subcontractors must be licensed for asbestos
abatement work if the project involves working with asbestos.
No proposal will be considered unless accom panied by a check
payable to Multnomah County certified by a responsible bank, or
in lieu thereof, a surety bond for an 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
PURCHASING SECTION
REQUEST FOR BIDS
The Metropolitan Service District (Metro) is requesting Bids for
hauling of waste tires from Metro' solid waste disposal facilities to
a Metro designated disposal/recycling facility (RFB #91B-18-
SW). Copies of the Bid Documents can be obtained by contact­
ing the Metro Solid Waste Department at 221-1646.
Sealed Bids must be delivered to the Solid W aste Department,
Metropolitan Service District, 2000 SW First Avenue, Portland,
OR 97201-5398, to the attention of Ray Barker, Assistant Facili­
ties Manager, no later than 11:00 a.m. PDT, July 29, 1991, at
which time they will be publicly opened and read in the Council
Chamber. Each Bid must contain a statement as to whether the
bidder is a resident bidder, as defined in ORS 279.029. Bidders
are not required to have an asbestos abatement license as
provided in ORS 468.883.
The work contemplated consists of picking up and hauling ap­
proximately 54,000 waste tires to Waste Recovery, Inc. located
at 8501 N. Borthwick, Portland, OR 97217. The term of this
Contract is August 1,1991 through June 30, 1993.
Metro may reject any bid not in compliance with all prescribed
public bidding procedures and requirements, and may reject for
good cause any or all bids upon a finding of the agency it is in the
public interest to do so.
CALL FOR BID
MULTNOMAH COUNTY
Proposals Due by 4 P.M. August 14,1991
Proposal No. RFP# 1P1491
Sealed proposals will be received until, but not after, 4 P.M. by
the Director of Purchasing, 2505 S.E. 11 th Avenue, Portland, OR
97202 for:
The Juvenile Justice Division has $207,463.00 available for
services to gang affected & involved young women. The model
consists of three (3) service components; a w om en’s collective,
a family support service component, and respite care services.
*•*•
There is an optional pre-proposal Conference 7-24-91,
3PM, at the King Facility, 4815 NE 7th, CSD Conference
RM
Multnomah County reserves the right to reject any or all propos­
als if not in the compliance with Request for Proposals (RFP) pro­
cedures and requirements.
Specifications may be obtained at:
Multnomah County Purchasing Section
2505 S.E. 11th Avenue
Portland, OR 97202
(503) 248-5111
Lillie M. Walker, Director
Purchasing Section
Sub-Bids Requested
Oregon State University, Corvallis Oregon
Tennis Court Renovations
Bid Date: July 30,1991 -3:00 P.M.
Elliott - Jochimsen - Sheets
Construction, Inc.
1740 22nd S.E. Salem, OR 97302
P.O. Box 12908 Salem, OR 97309
(503) 362-1164 Salem, Fax #(503) 399-9673
CCB# 01205
We are an equal opportunity employer and request sub-bids from
women,and minority owned business enterprises.
Sealed bids to furnish all labor, materials, equipment, permits
and fees required to retrofit an existing 100-unit, 10-story high-
rise building at 410 W est 13th Street, Vancouver, WA, with a fire/
life safety system to include a fire sprinkler system, call assist
and fire alarm system, and entry security system will be received
at the office of the Housing Authority of the City of Vancouver,
500 Omaha Way, Vancouver, WA, until 2:00 o’clock p.m.,
August 8,1991, and then at said office publicly opened and read
aloud.
There will be a pre-bid meeting August 1,1991, at 2:00 p.m., at
Van Vista Plaza, 410 west 13th Street, Vancouver, WA.
The information for Bidders, Form of Bid Proposal, Bid bond,
Contract, Performance paym ent Bond, Plans, Specifications,
and other contract docum ents may be examined at the following
locations: Construction Data - Eastside, Portland; Construction
D ata-W estside, Portland; Daily Journal of Commerce, Portland;
S.W. Washington Contractors Association, Vancouver; and Dodge/
Scan, Seattle.
Copies of these documents may be obtained - after July 29,1991
- at the office of the Vancouver Housing Authority, 500 Omaha
Way, Vancouver, WA 98661, 206-694-2501, upon deposit of
$25.00. Deposits will be refunded if the documents are returned
in good condition within ten (10) days after bid opening. Addi­
tional sets or parts of sets will be made available upon request
at cost of reproduction, which is not refundable.
Each bid shall be accom panied by Previous Participation Certi­
fication, Non-collusive Affidavit, and a certified check or bank
draft, payable to the Housing Authority of the City of Vancouver,
or U.S. G overnment bonds, or a satisfactory bid Bond Executed
by the Bidder and a Surety that is acceptable to the Federal Gov­
ernment, in an am ount equal to five percent of the bid.
The Contract will be awarded on the basis of the base bid unless
it overruns the am ount budgeted for this work. In the case of such
overrrun, deductible alternatives will be taken by the VHA 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 in resultant still exceeds the
budgeted amount, the VHA reserves the right to reject all bids,
or to secure additional funds necessary to awarding the Con­
tract.
If the total amount of the bid exceeds $25,000, the successful
Bidder will be required to furnish and pay for satisfactory Per­
form ance m d Payment Bond, or, separate Performance and
Payment 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 provisions for equal employment oppor­
tunity, insurance requirements, and the paym ent of not less than
the minimum salaries and wages as set forth in the Specifica­
tions.
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 a 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 re­
spect to em ployees engaged under the contract whenever either
of the following occurs: (i) such non-federal prevailing wage rate
exceeds (A) the applicable wage rate determined by the Secre­
tary of labor pursuant to the Davis-Bacon Act (40 U.S.C. 276a et
seq.) 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 or a DO L-recognized State Apprenticeship agency; or (C)
an applicable trainee wage rate based thereon specified in a
DOL-certified trainee program, or (li) such non-federal prevailing
wage rate determined 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
Acting Executive Director
PUBLIC NOTICE
This is to inform the public that the Clallam Transit System has
reviewed the application for a federally-funded grant to design
and construct a com bined Administration, Maintenance, and Op­
erations facility costing $5 million and has established the follow­
ing disadvantaged business enterprise (DBE) program goal of:
Ten percent (10%) DBE participation which includes women-
owned firms.
The goal was set after considering the availability of DBE contrac­
tors in this area for the type of work to be done and the Clallam
Transit System 's experience in DBE programs.
The public has 30 days to inspect a description of our rationale for
setting the above goal. Methodology used to determine the level
of DBE participation is available for public inspection during
normal working hours, 8:00 a.m. to 5:00 p.m., Monday through
Friday at the Clallam Transit System Administration Offices, 2417
W est 19th Street, Port Angeles, Washington.
The Urban Mass Transportation Administration (UMTA) and the
Clallam Transit System will accept comments on the goal for
forty-five (45) days from the date of this notice. Inquiries may be
directed to the Clallam Transit System at the above address.
DBE’s interested in receiving requests for bids for this project
may write to the above address.
ADVERTISEMENT FOR BID
Sealed bids for the Rosenfeldt Lab and Horse Barn Bldg. Reroof­
ing project will be received by the Oregon State Board of Higher
Education until 2:00 PM, local time, August 13,1991. 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.
& Advertising
Employment
at Blds/Sub-Bids
Request for Statement of Interest
Pacific Power and Light (PP&L) wishes to receive statements
o f interest from potential bidders in a low-income residential con­
servation program, the cost o f which is expected to exceed $5 m illion.
Participating conservation contractors would weatherize electrically
heated residences o f the company ’s low-income customers in the com­
pany’s M id-W illamette Valley, Northeast Portland, and Southern
Oregon service territories on a pay-for-performance basis.
Those expressing interest and others may be invited to submit
requests for proposal w ithin 30-60 days o f publication o f this notice.
Pacific anticipates accepting bids which are in excess o f $5 m illio n
for work to be performed in stages through the end o f 1994.
Those responding w ill be asked to complete an information
packet Packets are available by calling John Graham at (503)
464-5971 or w ritin g:
LIR C Program, John Graham
Pacific Power and Light
920 S.W. 6th Ave., 440 PFFC
Portland, OR 97204
RACIFIC POWER
THE ENERGY SERVICES COMPANY
C IT Y O F S A L E M , O R E G O N
H O U S IN G A U T H O R IT Y
INVITATION TO BID
V IN Y L F L O O R R E P L A C E M E N T
Separate sealed bids for housing Authority of The City of Salem
will be received by the City Recorder, Room 205, City Hall, Salem,
Oregon 97301-3503, until, but not after 1 1 :00 a.m., local time,
July 3 1 ,1991, at which time said bids will be publicly opened and
read aloud in the City Council Chambers, room 240, City Hall, for
the project specified herein.
The "inform ation for Bidders", form of “ Bid Proposal ”, “ Bid
Bond", Contract, and Performance & Payment Bond, Plans,
Specifications, and other contract docum ents may be examined
and obtained at the office of the Purchasing Supervisor, 555 Lib­
erty St. S.E./Room 330, Salem, Oregon 97301-3503, or phone:
(503) 588-6136.
WORK DESCRIPTION: Replacement of existing vinyl asbestos
tile with new in 18 Housing Authority Units.
Each bid shall be accompanied by a Non-Collusive Affidavit, and
a certified check or bank draft, payable to the Salem Housing A u­
thority (SHA) or a satisfactory Bid Bond executed by the Bidder
and a Surety that is acceptable to the Federal Government, in an
amount equal to ten percent of the bid.
Bids must be submitted on the proposal forms furnished to bid­
ders. Proposals shall be submitted in a sealed envelope plainly
marked ‘ BID ON VINYL FLOOR REPLACEMENT - BID NO.
3939", and show the name and business address of the bidder.
The Contract will be awarded on the basis of the base bid unless
it overruns the am ount budgeted for this work. The SHA reserves
the right to reject all bids, or to secure additional funds necessary
to awarding the Contract.
The successful Bidder will be required to furnish and pay for sat­
isfactory Performance and Payment Bond, in the full am ount of
the Contract.
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 bid security. Unsuccessful bidders will have
their security refunded to them when the contract has been
awarded.
Attention is called to the provisions for Equal Employment O ppor­
tunity, insurance requirements, and the payment of not less than
the minimum salaries and rates 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 p revail­
ing with respect to any em ployee in any trade or position em ­
ployed under the contract is inapplicable to the contract and shall
not be enforced against the contractor or any subcontractor with
respect to em ployees engaged under the contract w henever
either of the following occurs: (i) Such nonfederal prevailing wage
rate exceeds (A) the applicable wage rate determ ined by the
secretary of labor pursuant to the Davis-Bacon Act (40) U.S.C.
276a et seq.) 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 D e­
partment of labor or a DOL-recognized State Apprenticeship
Agency; or (C) an applicable trainee wage rate based thereon
specified i a DOL-certified trainee program; or (ii) Such non-
federal prevailing wage rate, exclusive of any fringe benefits, e x ­
ceeds the applicable wage rate determined by the Secretary of
HUD to be prevailing in the locality with respect to such trade or
position.
The Salem Housing Authority reserves the right to reject any or
all bids, to waive form alities in the bidding and of postponing the
award of the contract for thirty (30) days. Prices bid shall be firm
for a period of 30 days after the closing date.
No Bidder may withdraw his bid within thirty days after the date of
bid opening.
NOTE: This project is federally funded through the Department of
Housing and Urban Development and all requirements of that
agency pertaining to bidding and contract performance shall be
strictly adhered to.
Inquiries concerning the contents of the bid specifications should
be directed to Tom Anderson, Salem Housing Authority, at (503)
588- 6456.
Gary A. Kanz, C.P.M.
Purchasing Supervisor
n in Kin 9Q9Q
CLOSING: JULY 31, 1991 @ 1 1 :0 0 a.m.