P age B4 M City Of Vancouver, Washington Invitation to Bid Street, Sidewalk, Waterline and Lighting improvements For “R” Street In The Rosemere Neighborhood Notice is hereby given that the City of Vancouver, Washing­ ton, will receive sealed bids up to the hour of 11:00 a.m., Pacific Local Time, Monday, June 2,1997, and publicly open and read aloud at that tim e on the same day in the Council Chambers, 1st Floor of City Hall, 210 East 13th Street, Vancouver, W ashington, bids for the following: The construction of street and curbs, sidewalks, water­ line, lighting im provem ents and associated work as shown on the Plans for Project No. Z9649 and XB819, Street, Sidewalk, W aterline and Lighting Improvements for the Rosemere Neighborhood. Approximate Quantities: 815 TN. Asphalt Concrete Pave­ ment; 440 C.Y. Roadway Excavation; 340 C.Y. Crushed Rock; 625 S.Y. Cement Concrete Sidewalk and Pedes­ trian Ramp; 2300 L..F. Cem ent Concrete Curb; 1600 L..F. Sawcutting; 540 S.Y. Concrete Driveway; 100 L..F. Modify Concrete Wall; 11 Catch Basins; 2 Dry wells; 210 L.F. 8- inch Diameter Storm Sewer Pipe; 900 L..F. Ductile Iron Water Pipe; among other items required. Please note that in order to minimize disruption to the neighborhood involved, no more than one block (be­ tween cross streets) at a tim e may be constructed. Bids shall be in accordance with the Specifications and other Contract documents on file in Contract Administration, Base­ ment, City Financial Services Building, 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. This project is financed through the Community Develop­ ment Block Grant Program with funds obtained from the U.S. Department of Housing and Urban Development. The Con­ tract will be subject to regulations of the Department of Labor and Housing and Urban Development. Attention is called to Federal Provisions for Equal Employ­ ment Opportunity, HUD Section 3 requirements, and the minimum wages as set forth in the Contract Documents. The following is applicable to federal-aid projects. The City of Vancouver, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000-4 and Title 49, Code of Federal Regulations, Department of Trans­ portation, subtitle A, Office of the Secretary, Part 21, non­ discrimination in federally assisted programs of the Depart­ ment of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirm atively insure that in any contract entered into pursuant to this advertisement, minor­ ity business enterprises will be afforded full opportunity to subm it bids in response to this invitation and will not be discriminated against on the grounds of race, color or na­ tional origin in consideration for an award. The City of Vancouver is committed to providing equal opportunities to State of W ashington certified Minority, Dis­ advantaged and W om en’s Business in contracting activities. (Section 4 of chapter 56, Laws of 1975,1st Ex. Sess., State of Washington.) All bids shall be addressed to the attention of the Purchasing Agent, Vancouver Financial Services Building, 100 East 13th Street, P.O. Box 1995, Vancouver, Washington 98668- 1995. All bids delivered shall be delivered to the Purchasing Agent, Basement, City Financial Services Building, 100 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 bids by Fax. Bids submitted via Fax will not be accepted. All bid proposals must be accom panied 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 shal I be forfeited to the City of Vancouver. The City of Vancouver reserves the right to cancel this invitation or reject any or all bids submitted or to waive any minor formalities of this call if in the judgm ent 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 Sub-Bids Requested Stadium Station Apartments SW 17th & Yamhill, Portland, OR 4 Story, Wood Frame, 115 Units of Multi-family housing Bid Date: June 10, 1997 Walsh Construction Co. 3015 SW First Avenue, Portland, OR 97201 (503) 222-4375 Fax: (503) 274-7676 Contact: Randy Boehm Plans available on May 20, 1997 at: Walsh Construction Co., Black Contractors Alliance, Con­ struction Data- Portland, Daily Journal of Commerce-Port­ land, National Association of M inority Contractors, Oregon Association of M inority Entrepreneurs, Oregon Contractor Plan Center, Impact Business Consultants. Items excluded: Framing Labor, Concrete, Elevator, Plumb­ ing, HVAC, Fire Sprinkler, Electrical, Earthwork & Site Utili­ ties Emerging Small Business Enterprises, Minority Business Enterprises and W om en-Owned Business Enterprises are encouraged to bid on this work. ay 21, 1997 • T he P ortland O bserver State Of Oregon CITY OF KEIZER Oregon Youth Authority Request For Proposal 7-5-2 Residential Services Portland Metropolitan Area INVITATION TO BID LOCKHAVEN DRIVE WIDENING 14th Avenue to McLeod Lane The State of Oregon, the Oregon Youth Authority (OYA), referred to herein as the Department, issues this Request for Proposals (RFP) to secure a qualified private organization(s)/ corporation(s), non-profit organization(s) or governmental entity to design and operate a com munity based residential treatment and after-care program to serve ten male youth offenders, primarily of African American heritage, ages 14- 19 years, who are on probation or parole and in the custody of the Department. The program shall be designed and administered to serve the needs of the individual youth as determined by the designed and administered to serve the needs of the individual youth as determined by the nature and extent of their problems, their age, their cultural and familial heritage, and specific personal strengths and limita­ tions of the youth. Related services will be provided to the family. Sealed bids will be received by the City of Keizer at the office of the City Recorder, City Hall, Keizer, Oregon, until but not after, 10:00 A.M. local time, June 11,1997, when all bids will be publicly opened and read aloud in the Council Chambers, City Hall, 930 Chemawa Road NE, Keizer, Oregon for the captioned project. A Mandatory Pre-Bid meeting will be held at Keizer City Hall at 1:00 P.M. local time, June 4 , 1997. The Proposed Word is Summarized as Follows: The widening of Lockhaven Drive from 14th Avenue to McLeod Lane to a 50 ft. street with curbs, sidewalks, and all necessary work to match existing conditions to the proposed improve­ ments. BASIS OF AWARD The basis of award shall be the lowest total bid accepted by the City of Keizer from a contractor in attendance at the Manda­ tory Pre-bid Conference. The Offeror’s program must have a broad base of commu­ nity support including the involvement of key correctional, educational and social service professionals, and profes­ sional and lay representatives of the African American com ­ munity. Services are expected to begin no later than Sep­ tember 1, 1997. Services will be located within Portland Metropolitan area. Plans , specifications and other bid documents may be in­ spected and obtained on or after June 2 1 ,1 997, at the office of: An Offerors’ conference will be held to answer general questions and to clarify any program issues related to this RFP. This conference will be held May 2 8 ,1 9 9 7 ,1 :0 0 PM, King Neighborhood Facility Multnomah OYA Parole/ Probation Unit, 4815 NE 7th, Portland, OR 97211. and at other locations in the Portland and Salem areas. Those wishing to obtain a set of bid documents will be charged $30.00 per set, nonreturnable. Inquiries concerning the con­ tents of the bid specifications should be directed to Preston Van Meter at (503) 390-7402. Persons considering submitting a proposal are requested and encouraged to attend. A complete and detailed explana­ tion of the program will be given, and attendees will have the opportunity to ask questions of the Department program staff which will further clarify Department expectations in regard to this program. No bid for a construction contract shall be received or consid­ ered by the public contracting agency unless the bidder is registered with the Construction Contractors Board or li­ censed by the State Landscape Contractors Board as re­ quired by ORS 671.530. A personal interview and site visit will be scheduled with up to four offeror’s of the most favorably written proposals. Proposals are due no later than 5:00 p.m., June 30,1997 at the OYA Budget and Contracts Office, 530 Center St. NE, Suite 200, Salem, Oregon, 97301 -3740. Proposals received will be stored unopened and protected from public disclo­ sure until the final date and time set for receipt of proposals. Late proposals will not be considered. For further information or a copy of the proposal please contract Michelle Hupp, Lead Contracts officer, OYA, 503- 373-7333. Lane Transit District Invitation For Bids - IFB 97-210-11 Thurston Station Construction Bids Due 4:00 P.M. PDT 6-5-97 LTD is accepting bids for construction of a Park and Ride facility for transit purposes at 58th and Main Street in Spring- field, Oregon. A pre-bid conference is scheduled for the purpose of explain­ ing contract requirements and to answer any questions proposers may have. Attendance is encouraged but not required: Date and Time: May 2 1 ,1 9 9 7 ,1 :3 0 p.m. PDT Location: 58th and Main Street, Springfield, Oregon Bid documents may be reviewed at plan centers, or pur­ chased from TBG Architects; phone (541) 687-1010. Firms requiring more information should contact the LTD Recep­ tion Desk, at (541) 741 -6100; or TBG Architects. This project is 80% Federally funded; and Davis Bacon requirements apply. Bid, performance, and payment bonds are required. A goal of 10% has been assigned to this contract for DBE participation. Responder must state whether or not they are a resident bidder, as defined in ORS 279.029, and must also state that they will comply with all applicable state and federal laws when carrying out the contract. LTD reserves the right to reject any or all proposals, or waive any minor informality for good cause upon a finding that it is in the public interest to do so. Invitation for Bids W illiam I. Peterson Engineering Consultants, Inc. 4300 Cherry Avenue NE Keizer, Oregon 97303 (503) 390-7402 - FAX (503) 390-7461 Any objections to or comments upon the bid specification must be submitted in writing to William I. Peterson Engineering Consultants, Inc. ten (10) work days before the bid opening date. Bids shall be made on the forms furnished by the City, addressed and mailed, or delivered to: City Recorder City Hall 930 Chemawa Road NE Keizer, Oregon 97303 in a sealed envelope plainly marked "LOCKHAVEN DRIVE W IDENING" along with the name and address of the bidder. The bidder shall not file the book of “Standard Construction Specifications" with his/her bid. A surety bond, cashier’s check or certified check of the bidder, made payable to the City of Keizer, for the 10 percent (10%) of the bid must accompany each bid as security. Bid security of all, save the three lowest bidders, will be returned upon execution of the contract by the successful bidder. All Bidders must comply with the provisions of ORS 279.350 in the payment of minimum rates of wages as decided by the Secretary of Labor according to the Davis-Bacon Act. A 1100 percent Performance Bond and a 100 percent Pay­ ment Bond using the forms bound in the contract documents will be required to guarantee the faithful performance of the contract. The owner reserves the right to postpone award for 45 days, 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 upon a finding by the Owner that it is in the public interest to do so. The City of Keizer is an Equal Employment Opportunity/ Affirmative Action Employer. INVITATION FOR BIDS Polk County Housing Authority (PCHA) will receive sealed bids for Arbor Court Modernization Phase 11 until Thursday, 10:30 A.M .. Standard Time on the 12th day at June 1997, at the main office, 204 SW Walnut, Dallas. OR 97338, at which time and place bids will be publicly opened. Notice is hereby given that the Tri-County Metropolitan Transportation District of Oregon (Tri-Met) will receive sealed Bids at Tri-Met’s Project Offices, 710 N.E. Holladay Street, Portland, Oregon 97232, attention: W illette Rasmussen, Contracts Administrator. The basic work consists of new windows, flooring; kitchen cabinets; interior plumbing and electrical replacement and upgrades; minor structural modifications; and texture and paint for two two-bedroom, two three-bedroom and one four- bedroom houses at Arbor Court, Independence, Oregon. Rose Quarter Platform Extension 97338. All interested parties are encouraged to attend the pre-bid site inspection scheduled for 1:30 P.M. on Thursday, June 5th at Arbor Court, Independence, Oregon, 97351. Project Development Division IFB No. 97-0806R/TS Bids due at 2:00 p.m., Pacific Time, on June 11,1997 The successful bidder shall be required to comply with all applicable Equal Opportunity and DBE laws and regula­ tions. The DBE goal is set at 10%. All respondents shall be required to certify that they are not on the comptroller General’s list of ineligible contractors. For public works contract subject to Prevailing Wage Rates, ORS 279.348 to 279.363 or the Davis-Bacon Act (40 U.S.C. 276a), no bid will be received or considered unless the bid contains a statement by the bidder as a part of its bid that the provisions of ORS 279.350 or 40 U.S.C. 276a are to be complied with. The Tri-County Metropolitan Transportation District of Or­ egon does not discriminate with regard to race, creed, sex or national origin. Tri-Met may reject any bid not in compliance with all pre­ scribed public bidding requirements, and may reject for good cause any or all bids upon finding of the agency it is in the public interest to do so. For bid information call (503) 239-6775. Tri-County Metropolitan Transportation district of Oregon Willette Rasmussen Contracts Administrator Bid documents, including plans and specifications are on file at the PCHA; Salem Contractors Exchange, 302-7957 (Sa­ lem); Construction Data Plans, 225-0200/W est Side (Port­ land) or 682-1221 (W ilsonville): Daily Journal of Commerce Plan Center, 274-0624 (Portland); 598-7561 (Tigard): Eu­ gene Builders Exchange, 484- 5331 (Eugene); and Oregon Contractor Plan Center, 650-0148 (Clackamas). Interested bidders may obtain one set of bid documents at the PCWA office, upon receipt of a $10.00 deposit which is refundable when documents are returned in good condition within 10 days of the bid opening. Additional sets may be obtained for a $5.00 nonrefundable fee. Advertisement For Bid Sealed bids for the McNary Dining Hall Renovation project will be received by the Oregon State Board of Higher Educa­ tion until 2:30 PM, local time, June 17, 1997. Bids will be opened and publicly read aloud on June 18,1997 at 2:30 PM local time. All bidders must be registered with the Construc­ tion Contractor’s Board. Additional information may be obtained by contacting Facili­ ties Services, 100 Adams Hall Corvallis, Oregon 97331 -2001 or telephone 541-737-7694.