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.