Page 10- The Portland O bserver-A ugust 8 ,1 9 9 0 Portland Observer CLASSIFIEDS as Advertising & Employment & Bids/Sub-Bids ADVERTISEMENT FOR BIDS NOTICE OF INTENT ADVERTISEMENT FOR BIDS Sealed bids will be received by Portland Community College, H.E. Lile, Director of Business Services, Room A-6, Ross Island Center, 049 S.W. Porter, Portland, Oregon 97201 until 2:00 p.m. local time, Thursday August 23, 1990 for the project: Pordand Community College, Cascade Campus, SKILLS CENTER, as described in the bidding documents on file at said place. The College has appointed the time for opening of all such bids, the hour of 2:15 p.m. local time on and at the aformentioned date and place. The College has determined that qualified General Contractors wishing to obtain bidding documents for such bids, may obtain two sets at the office of SRG Partnership, P.C., 621 S.W. Morrison, Suite 200, Portland, Oregon, 97205, upon a deposit of $100.00. Deposit will be refunded to the unsuccessful bidder(s) within two (2) weeks after Notice of Award providing the documents are returned in original condition and free o f markings. Bidders may not withdraw their bids after the hour set for the opening thereof until after the elapse of thirty (30) days from the bid opening, and all bid proposals shall contain a statement that the provisions of ORS 279.350 relating to the prevailing wage rates shall be complied with. Emerging Small Business enterprises will be afforded full opportunity to submit bids in response to this solicitation and will not be discriminated against on the ground of race, color, or national origin in consideration for an award of any contract entered into pursuant to this advertisement. Subcontracting goals on any contract to be awarded as a result of this solicitation are 10% for Emerging Small Business enterprises. Bidders respond­ ing must meet these goals or demonstrate good faith efforts to do so. Only those firms certified by the Oregon Executive Department will be counted toward meeting these goals. It is the position of Portland Community College not to contract with a company that is chartered or licensed in South Africa, a company chartered or licensed in another country whose primary facility is in South Africa, or a company that wholly owns a subsidiary whose primary facility is in South Africa. Portland Community College reserves the right to reject any or all bids. Inquires regarding this project may be directed to: The Oregon Department of Transportation, Highway Division, is seeking proposals for providing underwater bridge inspection from qualified firms. The work elements will consist of on-site underwater inspection of structural elements and the preparation of reports for approximately 42 bridges located primarily in the western half of the slate. The anticipated cost of these services is expected to range from $35,000 to $45,000. If you are interested in being considered, A Request for Proposals can be obtained by calling or writing Bob Thompson, Consultant Liaison Engineer,307 Transportation Building, Salem,OR 97310; telephone(503) 378-6563 Proposals are due August 23, 1990. Sealed bids will be received by Portland Community College, H.E. Lile, Director of Business Services, Room A-6, Ross Island Center, 049 S.W . Porter, Portland, Oregon 97201 until 2:00 p.m. local time, Thursday August 23, 1990 for the project: Portland Community College, Cascade Campus, SKILLS CENTER, as described in the bidding documents on file at said place. The College has appointed the time for opening of all such bids, the hour of 2:15 p.m. local time on and at the aformentioned date and place. The College has determined that qualified General Contractors wishing to obtain bidding documents for such bids, may obtain two sets at the office of SRG Partnership, P.C., 621 S.W. Morrison, Suite 200, Portland, Oregon, 97205, upon a deposit of $100.00. Deposit will be refunded to the unsuccessful bidder(s) within two (2) weeks after Notice of Award providing the documents are returned in original condition and free of markings. Bidders may not withdraw their bids after the hour set for the opening thereof until after the elapse of thirty (30) days from the bid opening, and all bid proposals shall contain a statement that the provisions o f ORS 279.350 relating to the prevailing wage rates shall be complied with. Emerging Small Business enterprises will be afforded full opportunity to submit bids in response to this solicitation and will not be discriminated against on the ground of race, color, or national origin in consideration for an award of any contract entered into pursuant to this advertisement. Subcontracting goals on any contract to be awarded as a result of this solicitation are 10% for Emerging Small Business enterprises. Bidders respond­ ing must meet these goals or demonstrate good faith efforts to do so. Only those firms certified by the Oregon Executive Department will be counted toward meeting these goals. It is the position of Portland Community College not to contract with a company that is chartered or licensed in South Africa, a company chartered or licensed in another country whose primary facility is in South Africa, or a company that wholly owns a subsidiary whose primary facility is in South Africa. Portland Community College reserves the right to reject any or all bids. Inquires regarding this project may be directed to: SRG Partnership, P.C. 621 SW Morrison, Suite 200, Portland, Oregon 97205, Phone (503) 222-1917 Attn: Ken Klos A Pre-Bid Meeting will be held Friday, August 10, at 3:30 pm at the project site: 739 N. Killingsworth, Portland, Oregon. Additional bid document sets will be available for examination at: Construction Data News Northwest Plan Center 1125 SE Madison 901 SE Oak Portland, Oregon 97214 Portland, Oregon 97214 Northeast Business Center 5516 NE 16th Portland, Oregon, 97211 Impact Business Consultants 8959 SW Barbur Blvd. Portland, Oregon 97219 Daily Journal of Commerce 2014 NW 24th Portland, Oregon, 97210 SRG Partnership, PC 620 SW Morrison, Suite 200 Portland, Oregon 97205 PCC, Office of Business Services Ross Island Center Room A-6 049 SW Porter Portland, Oregon 97201 Additional sets o f documents may be purchased directly from J&K Copy, 936, N.W.Couch, Portland, Oregon 97209, (503) 222-3885 PROJECT DESCRIPTION The project is to convert approximately 16,000 sf. of existing commercial space for use as vocational woodshop, basic skills and clerical training facility for adults. The project includes demolition, limited concrete walks and foot­ ings, brick and CMU masonry repair and infill, wood framing, misc. steel including diaphragm anchors into existing concrete and unreinforced brick walls, modification of existing windows, new door and window openings, dry- wall, acoustic ceilings, floor coverings, painting, roofing and insulation, new plumbing, HVAC and electrical systems. INFORMATIONAL ADVERTISEMENT DEPARTMENT OF TRANSPORTATION HIGHWAY DIVISION CALL FOR BIDS Sealed bids will be received until 9 a.m. on August 23,1990, for the projects listed below: County Linn Park St. at Grant St. (Lebanon), Santiam Hwy.(Rt.20).Signing & signals. M ultnom ah Sampling Loops (16 Areas) (Portland) of Area Streets in W.and SW Portland. Traffic sampling & detector loops. DBE Goal. Jackson Crater Lake Hwy. at Delta Waters Rd.(Medford), Crater Lake Hwy. (US 62). Grade, pave, signing & signal. Union Spring Creek Guard Rail Sec. of Ukiah-Hilgard Hwy. beg. approx. 25 mi. E. of City of Ukiah. Pave, & guard rail. Clackamas* Clackamette Park Bridge Sec. of Pacific Hwy.E. (US 99E) bet. Gladstone & Oregon City. Grade, pave, structure, signing, il­ ium. & signals. DBE Goal. Washington*US Hwy. 26-Cornell Rd. Sec.of NW Cornelius Pass Rd. Grade, pave, signals, & signing.DBE Goal. Clackamas* Clackamas Hwy.-Gladstone Intchng. Sec. of 82nd Dr. & Eve­ lyn St. near Gladstone. Grade, pave, structures & signal. DBE Goal. Plans, specifications, and bid documents may be obtained in Rm. 10, Transportation Building, Salem, OR 97310. Prime contractors m ust be prcqual i- fied ten days prior to the bid opening day. For additional information, please contact Commission Services at 378-6526. 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) 378-5661. *A DBE PREBID WORKSHOP WILL BE HELD AT THE AGO CEN­ TER, 9450 S.W. COMMERCE CIRCLE, WILSONVILLE, OR 97070 AT 9 A.M. ON THURSDAY, AUGUST 16,1990. Place your advertisement in the Portland Observer Office# (503) 288-0033 Fax# (503) 288-0015 NOTICE OF INTENT The Oregon Department of Transportation, Highway Division, is seeking Statements of Qualifications from consulting firms to perform a needs/financial update of previous Roads Finance Studies. The study will begin by Ocotober 1, 1990 and be approximately four months in duration. The cost estimate for this study is approximately $50,000. If you are interested in being considered, a Request for Qualifications can be obtained by calling or writing Tim H. Thex, P.E., Planning Analysis Engi­ neer, Oregon State Transportation Department, Highway Division, Planning Section, 325 Thirteenth Street, N.E., Room 605, Salem, Oregon 97310; telephone (503) 378-3707. Statements of Qualifications are due on August 17, 1990. SUB-BIDS REQUESTED OREGON MUSEUM OF SCIENCE AND INDUSTRY Portland, Oregon Bid Date: August 29,1990 @ 3:00 PDT Andersen Construction Co., Inc. 6712 N. Cutter Circle Portland, OR 97217 Phone: (503)283-6712 Fax: (503)283-3607 We are an equal opportunity employer and request sub-bids from disadvan­ taged, minority, women, and emerging small business enterprises. Oregon Contractor’s Board Registration #630532 ENGINEERS The Washington Water Power Company Washington Water Power, an investor owned utility (electric and natural gas), serving over 300,000 customers in Eastern Washington and Northern Idaho, has opening for the following Engineering positions: Electrical Engineer - Generation Design This position will perform analysis, design, and make modifications to the company’s generating station electrical and control systems. The engineer will provide physical and electrical designs and construction details to include detailed equipment, material, and project specifications. In addition, the engineer will perform project management of assigned projects, provide field engineering support while construction is in progress, and will select, direct and coordinate the work of consulting firms and other agencies. Qualified candidates will have a Bachelor’s degree in Electrical Engineering. Working experience with utilities and hydro facilities will be beneficial. A P.E. license in electrical engineering and basic programming skills are desirable. Mechanical Engineer - Generation Design This position is to perform detailed system and equipment analysis with all phases of the design and operation of thermal and hydro generating stations and to make recommendations leading to increased plant availability, reliability, and efficiency. The engineer will prepare detailed equipment, material, and project specifications, preliminary feasibility studies, perform project management of assigned projects, and will direct and coordinate the work of consulting firms and other agencies. Qualifies candidates will have a Bachelor’s Degree in Mechanical Engineering or the equivalent in technical training. Candidates should have at least three years of professional experience to include: the planning and design of machinery and equipment such as conveyors, HVAC systems, mechanical drive and air movement systems. Experience with electrical utilities and the design of hydro and thermal generation plants is desirable. A P.E. license in Mechanical Engineering is desirable but not mandatory. Civil Engineering - Generations Design This position’s purpose is to carry out engineering assignments related to civil, structural, and hydraulic systems. The engineer will prepare detailed equipment, material, and project specifications, preliminary hydroelectric feasibility studies, perform projects management of assigned projects, and will direct and coordinate the work of consulting firms and other agencies. Qualified candidates must have knowledge or technical background repre­ sented by a Bachelor’s Degree in Civil Engineering or the equivalent in technical training. Candidates should have at least three years professional experience including: reinforced concrete design, various types of steel design, and knowledge of hydraulics. Experience with soils work, utilities, and hydro facilities and generation design is desirable. A P.E. license in Civil Engineering is desirable but not mandatory. Electrical Engineer - Distribution Design This position will develop designs for the company’s electric distribution system by selecting routes, materials and tools to meet company and customer needs in a timely and economic manner. The engineer will analyze existing distribution feeders and develop plans and budget items for im­ provement to correct existing or expected weaknesses. In addition, the engineer will line materials, write material specifications and interpret construction codes. The engineer will work closely with other engineers and with construction personnel in the field. Qualified candidates will have a Bachelor’s Degree in Electrical Engineering and working experience in electric distribution with a utility. A P.E. license in electrical engineering and basic computer operating skills arc desirable. WWP offers a competitive salary, excellent benefits, and challenging work environment. We are located in Eastern Washington where the quality of living is outstanding and outdoor recreation activities abound in all seasons. Qualified candidates should submit a resume, salary history, cover letter to in­ dicate which position you wish to be considered, and a WWP application form. All information is to be received no later than Monday, August 20, 1990, to: The Washington Water Power Company Human Resources -- Employment Office P/O. Box 3727 Spokane, WA 9220 Please call 1-800-727-9170, Ext. 2098 to request WWP application form. EQUAL OPPORTUNITY EMPLOYER SRG Partnership, P.C. 621 SW Morrison, Suite 200, Portland, Oregon 97205, Phone (503) 222-1917 Attn: Ken Klos A Pre-Bid Meeting will be held Friday, August 10, at 3:30 pm at the project site: 739 N. Killingsworth, Portland, Oregon. MULTNOMAH COUNTY MCCF Restroom Repair Bids Due 10 July 1990 at 2:00 P.M. Bid No. B61-100-4607 Sealed bids will be received by the Director o f Purchasing, Multnomah County Purchasing Section, 2505 S.E. 11th Ave., Portland, OR 97202 for: Sandblasting & repainting restrooms, includes refurbishing of restroom parti­ tions & other hardware. 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: Mandatory prebid conference June 20,1990, at 9:00 am at 1906 S.W. Halsey, Troutdale, Oregon. PREQUALIFICATION OF BIDDERS Pursuant to the MUltnomah County Public Contract Review Board Administrative Rules (AR 40.030) Prequalifica­ tion shall not be for this project for the following class(es) o f work: 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 Department o f 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, Purchasing Sec­ tion, 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 accompanied 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 PUBLIC NOTICE DISADVANTAGED AND WOMEN-OWNED BUSINESS ENTERPRISES C-TRAN hereby announces its 1991 goals of 15% Disadvantaged Business Enterprise (DBE) participation in Federally funded contracts. A description of how this goal was established will be available for public in­ spection Monday through Friday from 8:00 a.m. to 5:00 p.m. for 30 days from the date of this notice at C-TRAN, 2425 NE 65th Avenue,Vancouver Washington 98668. C-TRAN will accept informational commments for 45 days from the date of this notice. Address commments to Sandy French, Procurement & Grants Man­ aged, C-TRAN, P.O. Box 2529, Vancouver, Washington 98668. The Urban Mass Transportation Administration will also accept informa­ tional comments for 45 days from the date of this notice. Send comments to UMTA, Region X, 915 Second Avenue, Suite 3142, Seattle, Washington 98174. REQUEST FOR SUBCONTRACTOR/SUPPLIER BIDS For the type 4 toilet buildings-Armitage State Park. For The Department of General Services, State of OR. Bid Date & Time: August 16th, 1990 @ 3:00 pm. Bid #73410049. Plans may be examined at several locations. Please call our office if you need additional information. Morris P. Kielty General Contractor, Inc. is an Equal Opportunity Em­ ployer and requests bid proposals from qualified minority disadvantaged and women owned businesses. Morris P. Kielty General Contractor, Inc. 301 Monroe Street Eugene, OR 97402 (503) 687-2287 The Portland Observer: Reflecting Community Pride