P agi B6 F ib r ia r y 26, 1997 • Tm P ortland O bserver Fire Sprinkler Apprentices The Northwests' leading Mechanical Contractor is expanding its Fire Protection Division. We are currently taking applications for Fire Srinkler Apprentices. The apprenticeship is a 5 year training program of Road Local 669. SUB-BIDS REQUESTED Request for Proposals Washington State University Phase II Infrastructure Vancouver, WA Bid Date February 27,1997 2:00 Metro, located at 600 NE Grand Avenue, hereby requests written bids for the following projects/services for the Re­ gional Environmental Management Department. Bids are due (postmarks not accepted) on later than 3:00 PM, Wednesday, March 26, 1997. GOODFELLOW BROS., INC. 15842 SE 114th Ave Clackamas, OR 97015 (503) 722-2940 Fax (503) 722-2947 CCB #71265 We are an equal opportunity employer and request sub-bids from minority, women and emerging small business enterprises. a Access Control System to Automate Vehicle Weighing at Metro's two transfer stations located at 2001 W ash­ ington Street, Oregon City and 6161 NW 61st, Portland (RFB #97R-7-REM). Contact: Regional Environmental Management, (503) 797-1650 Bids Due: 3:00 PM, Wednesday, March 26, 1997 Revised Request For Proposals OSU Library Shelving Bids must be submitted in sealed envelopes which clearly identify the services as stated in the RFB. That RFB repre­ sents the most definitive statement Metro will make and is available at the above address 8:30 A.M. to 4:30 P.M. Mon.- Fri. or by calling one of the above numbers. Oregon State University (OSU) is seeking qualified proposers to furnish labor, materials, equipment, special tools, super­ vision and services required to install a complete and fully operating movable compact shelving system and fixed shelving system for the Valley Library on the OSU Campus OSU is currently remodeling 190,000 SF of the existing building and constructing a 140,000 SF addition to the existing building. The Request for Proposal (RFP) document may be ob­ tained from Facilities Services, Oregon State University, 100 Adams Hall, Corvallis Oregon 97331-2001, telephone (541) 737-7694 or Fax requests to (541) 737-3724. All bids must conform to the RFB format, answer all ques­ tions and be complete including the use of any required forms. Metro may reject any bid not in compliance with the prescribed RFB requirements and any or all bids if such action is deemed in the public interest. Interested firms shall submit five (5) copies of their com­ pleted RFP responses no later than 3:00 PM local time, March 10, 1997. Submittals received after that date and time will not be considered Mailed copies should be ad­ dressed to: Facilities Services, Oregon State University, 100 Adams Hall, Corvallis Oregon 97331 -2001. Hand deliv­ eries to: Facilities Services, Oregon State University, 100 Adams Hall, 606 SW 15th Street, Corvallis Oregon 97331- 2001. Proposers must be licensed with the Oregon Construction Contractors Board at the time of their submittal. Proposers must comply with the provisions of Oregon Prevailing Wage Law. A make-up pre-proposal meeting will be held on March 3, 1997 at 3:00 PM. Proposers shall meet in the Valley Library, Room 621. Proposers who attended the originally sched­ uled pre-proposal meeting will not be required to attend the make-up meeting. Questions concerning this request should be directed to Donna Thwmg, (541) 737-7694. City Of Vancouver, Washington Invitation To Bid Street, Sidewalk, Traffic Signal, Water Main, And Sanitary Sewer Improvements For Columbia Street Promenade Extension Notice is hereby given that the City of Vancouver, W ashing­ ton, will receive sealed bids up to the hour of 11:00 a.m., Pacific Local Time, Monday, March 17, 1997, and publicly opened and read aloud at that time on the same day in the Council Chambers, 1st Floor of City Hall, 210 East 13th Street, Vancouver. Washington, for: The construction of asphalt pavement, sidewalks, drive­ ways, curbs storm drainage systems, sanitary sewer systems, water mains, street lighting systems, traffic sig­ nalization systems, landscaping, masonry walls, brick pavers, removal of rail track, and associated work as shown on the plans for P roject No. TB831, XB815, and XB816, Street, S idew alk, T ra ffic Signal, W ater Main, and Sanitary Sewer Im p ro ve m e n ts fo r C olum bia Street Prom enade E xtension Bids shall be in accordance with the specifications and other contract documents on file in Contract Administration, Lower Level, City Hall, phone (360) 696-8181, where copies may be obtained. Bid results may be obtained the morning after the bid opening by calling (360) 696-8125. All bids shall be addressed to the attention of the Purchas­ ing Agent, Vancouver City Hall, 210 East 13th Street, P.O. Box 1995, Vancouver, Washington 98668. All bids deliv­ ered shall be delivered to the Purchasing Agent, Lower Level, City Hall, 210 East 13th Street. Bids shall be placed in an envelope which is sealed and which clearly states the name of the bidder, the date of the bid opening, and appropriate wording to indicate definitely the nature of the contents Do not send b id s by Fax. Bids submitted via Fax will not be accepted. The City of Vancouver is committed to providing equal opportunities to State of Washington Certified Minority, Disadvantaged and W om en’s Business Enterprises in con­ tracting activities. (Section 4 of Chapter 56, Laws of 1975, 1st Ex. Sess., State of Washington.) All bid proposals must be accompanied by a bid proposal deposit in cash, certified check, cashier’s check, or surety bond in an amount equal to five Percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory perfor­ mance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Vancou­ ver. The City of Vancouver reserves the right to cancel this invitation or rejeci any or all bids submitted or to waive any minor formalities of this call if in the judgment of the City Council the best interest of the city would be served. No bidder may withdraw his bid after the hour set for the opening thereof, unless the award of contract is delayed for a period exceeding thirty (30) days. V. Marcelyn Jandreau Purchasing Agent Metro and its contractors will not discriminate against any person or firm based on race, color, national origin, sex, sexual orientation, age, religion, physical handicap, political affiliation or marital status. Metro extends equal opportunity to all persons and specifi­ cally encourages minority and women-owned businesses to access and participate in this and all Metro projects, programs and services. Supplemental Informational Advertisement Department Of Transportation Call For Bids Sealed bids will be received until 9 a.m. on March 13, 1997 for the projects listed below: Hood River Yellow Jacket Creek - M.P 100.24 & Dee (Floor Repair) Section of the Mt. Hood & Hood River Highways in Hood River County. 4% DBE Goal. DBE subject to Commercially Use­ ful Function (CUF) requirements. 1) Earthwork and Drainage; or 2) Miscellaneous Highway appurtenances. This project is be constructed under the 1996 Standard Specifications for Highway Construction. Hood River C ulvertC reek-SherwoodForestCam p(Flood Repair) Section of the Mt. Hood Highway (OR 26) south of Mt. Hood. 6% DBE goal. DBE subjecttoCommercially Useful Function (CUF) requirements. Work to be performed by the contractor’s own organization will be not less that 40% of the awarded contract amount for this project. 1) Earthwork and Drainage; or 2) A.C. Pavement & Oiling. This project is to be constructed under the 1996 Standard Speci­ fications for Highway Construction. Washington/ Region 1 SFY97 Protective Screening Sec- Clackamas/ tion of the Pacific/East Portland Highways in Multnomah C lackam as, M ultnom ah and W ashington Counties. Miscellaneous Highway appurte­ nances. This project is to be constructed under the 1996 Standard Specifications for Highway Construction. Harney Clackamas Grain Camp Rd - Roaring Springs Randy Section of the Frenchglen Highway (OR 205) in Harney County. AC Paving & Oiling, this project is to be constructed under the 1996 Standard Specifications for Highway Con­ struction. MP 27 - MP 30 Section of the Mt. Hood Highway (US 26) in Clackamas County. AC Paving & Oiling. This project is to be con­ structed under the 1996 Standard Specifica­ tions for Highway Construction. Clackamas New Era Rd - Canby NCL Section of Pacific Highway East (99E) in Clackamas County. AC Paving & Oiling. This project is to be constructed under the 1996 Standard Speci­ fications for Highway Construction. M alheur Burns Jet. - MP 88 Section of the ION High­ way approx. 100 miles south of Burns. AC Pavement & Oiling. This project is to be constructed under the 1996 Standard Speci­ fications for Highway Construction. Umatilla Interstate Ramps - south Pendleton Inter­ change Section of the Pendleton & Old Or­ egon Trail Highways between Boardman and Pendleton. AC Paving & Oiling. This project is to be constructed under the 1996 Standard Specification for Highway Construction. Plans, specifications and bid documents may be obtained in Room 1, Transportation Building, Salem, Oregon 97310. Plans may be ordered by phone at (503) 986-3720, or by facsimile at (503) 986-3224. There is a $20.00 non-refund- able charge for plans and specifications per project. Prime contractors must be prequalified ten days prior to the bid opening day. For additional information regarding pre­ qualification, please contact Fran Neavoll, Program Section, at (503) 986-3877. 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. Requirements: 18 years of age or older High School Diploma or G.E.D. Certificate Pre-Employment Drug Screening Military Discharge must be other than dishonorable Must be physically fit to do the work of the trade including heavy lifting, outdoor and high-story work. Advanced standing and wages may be granted on the basis of previous training and education. E.O.E Women and minorities are encouraged to apply. Applications will be accepted until April 30, 1997 McKinstry Co. 5400 NE Columbia Blvd. Portland, Oregon 97218 503-331-0234 City of Portland RFP No. 142 Bureau of Parks and Recreation Washington Park Improvements Design Services Proposals Due By: 4:00 p.m., March 10, 1997 REQUEST FOR PROPOSALS The City of Portland Bureau of Parks and Recreation requests proposals from Archi- tects/Landscape Architects for design of Improvements at Washington Park including buildings, parking, and public access A complete description of the project, specific requirements and evaluation criteria for the proposal may be obtained from the Bureau of Purchases, Room 1313,1120 S.W. Fifth Ave., Portland, OR 97204, (503) 823-6855. Proposals shall be received at that office until 4:00 p.m., March 10, 1997. Proposals shall be reviewed by a consultant selection committee in accordance with Chapter 5.68 of the City Code Interviews may be held with the highest rated firms. Consultants shall be required to conform to the City MBE/ WBE and Equal Employment Opportunity programs. The City of Portland is committed to increasing contracting, subcontracting and employment opportunities for minority and women owned businesses. Consultants are required to evaluate project specifications in endeavoring to maximize use of MBE and WBE firms. Consultants are encouraged to conduct pre-bid conference and are advised to investigate all potential sources of MBE and WBE participation, includ­ ing suppliers of materials, services and equipment. Consult­ ants identifying subcontracting opportunities are requi-red to maximize outreach to minority and women owned firms in fulfilling these subcontracting needs. Attention is called to Chapter 3.100 of the City of Portland Code relative to certification as an Equal Employment Opportunity Em­ ployer. Details of EEO certification requirements are avail­ able from the Bureau of Purchases, Room 1313,1120 S.W. Fifth Ave., Portland OR. 97204, (503) 823-6855. Mulltnomah County, Oregon Call For Bid Bid No: B 968-68-2274 Due Date: March 4, 1997 SW Greenwood Road @ SW Iron Mountain Blvd Storm Sewer Replacement Est. Range: $ 25,000.00-40,000.00 Pre-Bid Conference: None PreQualification Required in class(es) of: None Sealed bids will be received until, but not after, 2:00 P.M., by Multnomah County Purchasing, 2505 SE 11th Ave., Portland, OR 97202. Bids will be opened and read at 2:15 P.M. the same day. 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. Each bid must contain a statement whether bidder is a resident bidder, as defined in ORS 279.029 PREQUALIFICATIONS OF BIDDER may be required pur­ suant to the Multnomah County Public Contract Review Board Administrative Rules (AR 40.030). See specifica­ tions for project classes of work. PreQualification applica­ tion, or proof of PreQualification by the Oregon Department of Transportation, must be received by, or postmarked to, Multnomah County Purchasing no later than 10 days prior to the bid due date. Prequalification Applications Due: None 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 SE 11th Ave., Portland, OR 97202, (503) 248-5111, by contact­ ing John Persen Contractors and subcontractors must be licensed for asbes­ tos abatement work if the project involves working with asbestos as set forth in ORS 468A.720. No bid will be considered unless bidder is registered with the Construction Contractors Board as required by ORS 701.055 or licensed by the State Landscape Contractors Board as required by ORS 671.530. No bid will be considered unless accompanied by a surety bond, certified check, or a cashiers check payable to Multnomah County 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 bid not in compliance with all prescribed public bidding procedures and requirements, and may reject for good cause any or all bids if Multnomah County finds it is in the public interest to do so. Franna Hathaway, CPPO, Manger Purchasing Section