V » »TH v * t ♦ < • 1 ! •>< ♦ '» ¥ * • *’♦ V » / < <*♦ •' * P age Aï T he P ortland O bserver • M arch 17, 1993 Public Notice Polk County Housing Authority, Dallas, Oregon Invitation to Bid The Housing Authority and Urban Renewal Agency of Polk County, Oregon will receive separate sealed bids for the Modernization-Two Single Family Units until 3:30 p.m. local time on March 31,1993 at the Housing Authority Administrative Office, 204 S. W. Walnut Avenue, Dallas, Oregon, at which time said bids will be publicly opened and read aloud. Parties interested in this remodeling project are encouraged to attend the pre-bid site visit scheduled for 1:30 p.m., March 25,1993, at 405 Fir Villa, Dallas, OR. Work to be completed includes: Replacement of windows, doors, flooring, patio; kitchen and bath remodel; upgrade of electrical service and fixtures; interior and exterior painting, and removal of window components, porch columns and exterior trim containing lead based paint. Copies of the specifications and other bid documents may be obtained at the Housing Authority Administrative Of­ fice. Notice Of Opportunity For Comment Notice is hereby given that a public hearing will be held by the Tri-County Metropolitan Transportation District of Or­ egon (Tri-Met) at 3:30 P.M., Wednesday, March 31,1993 at the Portland Building, 1120 SW 4th Avenue, 2nd Floor, Room C, for the purpose of considering projects for which state and federal assistance under the Community Trans­ portation Program is being sought. Tri-Met, a transit district in Multnomah, Clackamas and Washington Counties, intends to apply for a Community Transportation Grant requesting approximately $2.6M to maintain and improve passengertransportation. This grant, if approved, will finance planning, capital purchases, oper­ ating expenses, and/or developmental projects for trans­ portation services to individuals who are elderly and dis­ abled and/or the general public. Information about the application is available from Tri-Met’s Grants Department, see below. Tri-Met invites any inter­ ested public or private transit or paratransit operator within the service area to comment on the proposed services by sending a written response by April 1,1993, to Tri-Met, Attn: Grants, 4012 SE 17th Ave, Portland, OR 97202. A copy of the response should also be sent to the Oregon Department ofTransportation, Transit Section, 131 Transportation Build­ ing, Salem, OR 97310. No persons, families or business will be displaced by the projects. Projects are in conformance with comprehensive land use and transportation planning in the area and will be pro­ grammed in the Transportation Improvement Program. A statement of Tri-Met’s charter bus service is available for inspection at the Tri-Met Administration offices. Tri-Met will not be engaging in school bus operations. At the hearing, Tri-Met will afford opportunity for interested persons or agencies to be heard with resect to the social, economic and environmental aspects of the projects. A person requesting a sign language interpreter shall give Tri-Met at least 48 hours notice of the request by contacting Tri-Met at 238-4952 or TDD 238-5811, Monday through Friday, 8:30 am to 4:30 pm. A copy of the grant application for the proposed project and a transit development plan for the area are available for public inspection at Tri-Met's Grants Department, 4012 SE 17th Avenue, 3rd floor, Portland, Oregon 97202. A sum­ mary of the grant application is available in large print and on cassette tape for people who are sight impaired. For assistance call 238-4920 or TDD 238-5811,8:30 an to 4:30 pm, weekdays. Bruce Harder, Executive Director Finance and Administration METRO Oregon Convention Center National And Regional Marketing Agent(s) Qualifications Due 5:00 p.m., April 5,1993 Advertisement For Bids The Port Of Portland Portland International Airport Part 139 Airfield Signage Upgrade Installation-Phase III Airport Improvement Program (AIP) Project No. 3-41-0048-13 & 19 Sealed bids for the Portland International Airport, Part 139 Airfield Signage Upgrade Installation-Phase III, will be received at the office of the Manager, Contracts and Pro­ curement, of The Port of Portland, 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. Tuesday, March 30, 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 disadvan­ taged, minority, orwomen business enterprises (collec­ tively “Disadvantaged Business Enterprises" o r“DBEs") will participate in not less than 13 percent of the total dollar amount bid. Description of Work: Install 106 new, Port-furnished, aircraft guidance signs; relocate approximately 79 existing aircraft guidance signs; provide a concrete foundation and erosion pad at each guidance sign location; remove all abandoned foundations and pads; provide all required electrical wiring, ducts, connections, and testing; provide all nec­ essary demolition, disposal, excavation, regrading and seeding; and provide 17 standard traffic signs. A prebid conference will be held at 9 a.m., on Tuesday, March 23, 1993, at the Portland International Airport Maintenance Facility, 7111 N. E. Alderwood Road, Portland, Oregon, to discuss all aspects of the work, work phasing, and project safety plan. Bidders are strongly encouraged to attend. Please direct all questions to the Project Engineer, Glen Wakefield, telephone: (503) 731-7363 or FAX: (503) 731-7313. Bids must be on the bid form which will be provided to prospective bidders and must be accompanied by a certi­ fied 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. Bidders are required to prequalify in one of the following categories: Earthwork and Drainage 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 pro­ posed Contract is under the subject of Executive Order 11246 on Nondiscrimination Under Federal Contracts, Sep­ t e m b e r , 1965, and as amended; and 49 CFR Part 23, on Participation By Disadvantaged Business Enterprises In United States Department of Transportation Programs, March 31, 1980, and as amended. Disadvantaged business enterprises will be afforded 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 (I), priorto 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. Request For Qualifications Metro's Metropolitan Exposition-Recreation Commission is soliciting written statements of qualifications to be filed no laterthan April 5,1993, 5:00 p.m., PST. Requirements and procedures for submitting statements of qualifications are described in detail in a formal request for qualifications (RFQ) available from Debra Jeffery, Oregon Convention Center, (503) 235-=7575, 777 N. E. Martin Luther King Jr. Boulevard, Portland, Oregon 97232. Ten copies of the statement of qualifications must be delivered to the Oregon Convention Center King Office located at 777 N.E. Martin Luther King Jr. Boulevard, Portland, Oregon 97232 by April 5, 1993,5:00 p.m., PST. In the performance of the anticipated work, respondents will be expected to meet the requirements of the Metropoli­ tan Exposition-Recreation Commission's Disadvantaged Business Program in contracting activities. This requires maximizing opportunities for minority and women-owned business enterprises (MBE and WBE) in accordance with applicable provisions of the Metro Code. All statements of qualifications will be evaluated by the Metropolitan Exposition-Recreation Commission. This RFQ will result in a determination of who is the most qualified entity(ies) to lead this effort. If two or more entities are determined to be qualified to conduct this marketing con­ tract, competitive proposals will be requested. State Of Oregon Public Utility Commission Information Systems Division Document 00020 Seeks consulting services to continue business process redesign and implementation of imaging technology. Current contractoris eligible to be consideredfor continu­ ation of work being performed. If you are interested in being considered, a Request for Proposal can be obtained by calling or writing Public Utility Commission, Information Systems Division, 550 Capitol St. NE, Salem, Oregon 97310, telephone (503) 373-7048. Proposals are due March 29, 1993. Advertisement For Bids Benton County invites bids for the rehabilitation of the Bundy Road Bridge, Project No. 45007-10-192; McFarland Road Bridge, Project No. 45500-53-192; and E. Ingram Island Bridge, Project No. 45141-09-192. Brief Description Of Work To Be Performed The work to be accomplished under the terms of this Contract consists of providing bracing to steel stringers on the Bundy and McFarland Bridges, and the addition of floor beams to the E. Ingram Island Bridge. Plans, specifications, and bid documents will be avail­ able on and after March 9, 1993 in the Public Works Department, 360 S.W. Avery Avenue, Corvallis, Oregon at no cost. Copies of the standard provisions are avail­ able upon payment of a twenty five dollar (25.00) deposit. The deposit will be refunded upon return of the standard provisions. To be considered for award the following conditions must be met: 1. Bidders must prequalify in accordance with ORS 279.039 and provisions of public contracting rules as adopted by Benton County at least two days prior to the date of the bid opening. 2. Bidders must be prequalified for the following work classes: Structural Steel Bridge Work Painting Steel Structures 3. The Bid Proposal must be submitted on the prescribed form and shall contain a statement by the bidder that the bid complies with the provisions of ORS 279.350, and contain a statement as to whether the bidder is a resident bidder as defined in ORS 279.029. 4. The Contractor must be registered with the Construc­ tion Contractors Board or the State Landscape Con­ tractors Board in order for his/her bid to be considered on construction contracts. 5. The Bid Proposal must be accompanied by cash, cashier’s check, certified check or bid bond payable to Benton County Corvallis, Oregon, in an amount not less than ten percent (10%) of the total bid amount. 6. Bid must be in writing, sealed, marked plainly as Bundy, McFarland, E. Ingram Island Bridges Reha­ bilitation Project Bid and received by the Benton County Department of Public Works, 360 S.W. Avery Avenue, Corvallis, Oregon, 97333 By 10:00 a.m. on March 23,1993, at which time the bids will be publicly opened and read. Benton County reserves the right to reject any or all bids, to postpone the award of the contract for a period not to exceed thirty (30) days, and to accept that proposal which is in the best interest of the County. Dated this 5th day of March 1993. Benton County, Oregon By James E. Blair Director of Public Works Notice Of Intent The Oregon Department of Transportation, Region 3, is seeking qualifications from consulting firms to provide preliminary engineering through Phase 1 Field Location- Design for M.P. 19.0-Tiller/Trail Highway, Crater Lake Highway, Jackson County. The work will include survey and design activities necessary to develop alignment alter­ natives. If you are interested in being considered, a Request for Qualifications can be obtained by calling or writing the Program Section, 307 Transportation Building, Salem, OR 97310; telephone (503) 378-6563. Statement of qualifications are due April 6, 1993. Sub-Bids Requested For Oregon Health Sciences University Neurosensory Research Center Site Preparation, Shoring and Foundations Portland Oregon BID DATE: March 30,1993 2:00 PM Pre-bid Conference: Attendance is Strongly recommended for Demolition and Utility Bidders. DATE: March 17,1992 TIME: 3:00 PM Eighth Floor, University Hospital South, Auditorium 8B60 Sub-Bids Requested Morris P. Kielty General Contractor, Inc., requests sub-bids from all qualified MBE/DBE/WBE subcontractors and suppliers for the City of Eugene-Relief Nursery-Play Area Project which bids March 23,1993, at 2:00 PM. City of Eugene Request for Bids HOFFMAN CONSTRUCTION COMPANY OF OREGON 1300 SW 6th AVE P.O.BOX 1300 PORTLAND OREGON 97207 Oregon License #28417 Bid Phone 503-221-8811 FAX Number 503-221-8934 We are an equal opportunity employer and request sub-bids from disadvantaged, minority, women, disabled veterans or emerging small business enterprises *,*»,«<** The City of Eugene, Oregon invites Bids for the LOOKING GLASS YOUTH AND FAMILY SER­ VICES KITCHEN REMODELING PROJECT Contact the City of Eugene at the address listed below for more information. RFB# 93-0167 City of Eugene 860 West Park, Suite 300 Eugene, OR 97401 (503) 687-5055 ' • f» «I • * a flAik