Portland observer. (Portland, Or.) 1970-current, January 30, 1991, Page 8, Image 8

Below is the OCR text representation for this newspapers page. It is also available as plain text as well as XML.

    Pace 8—The Portland Observer—January 30, 1991
I
Portland Observer
CLASSIFIEDS
INVITATION FOR BIDS
ADVERTISEMENT FOR BIDS
City Of Redmond
Deschutes County Oregon
REDMOND SENIOR CENTER
(Solicitation No. 91-14)
FOR THE PRIMATE BUILDING ROOF REPLACEMENT
METRO WASHINGTON PARK ZOO, FACILITIES
MANAGMENT DIVISION
The Portland Development Commission will receive sealed Bids for:
ROADWAY SURCHARGE - S.W. RIVER DRIVE STA 2+50 TO STA 5+15
until 4:00 p.m., Pacific Standard Time (PST) on February 8 ,1 9 9 1 , at its offices
located at 1120 S.W. Fifth Avenue, Suite 1100, Portland, Oregon 97204-1968, at
which time and place all bids will be publicly opened and read aloud. A mandatory
prebid conference will be held on February 5,1991 at the Portland Development
Commission office.
Contract Documents may be obtained from the Portland Development Com m is­
sion by a nonrefundable payment of $25, (checks only, no cash). Bids shall be
submitted on the forms provided, with no changes to these forms allowed. Inquir­
ies should be directed to Marlin Brinkley (503) 823-3239.
All bidders must file for prequalification no later than February 8 ,1 9 9 1 ,1 :30 pm, in
accordance with the Instructions to Bidders, and ORS 279.039(1), in the following
City of Portland categories: Class 2, Street Improvements. A 10% bid guaranty as
outlined in the Instructions to Bidders must accompany the bid. The successful
Bidder will be required to furnish and pay for satisfactory Performance and
Payment Bond or Bonds. Minimum salaries and wages as set forth in the Contract
Documents must be paid on the Project. The bidder must be licensed under ORS
468.883.
No bid will be considered or received by the Commission 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. Each bid must contain a statement as to
whether the bidder is a resident bidder as defined in ORS 279.029. The Commis­
sion 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.
The Portland Development Commissions committed to acting affirmatively to en­
courage and facilitate the participation of Emerging Small Businesses (ESB),
Minority Business Enterprises (MBE), and Women Business Enterprises (WBE) in
Commission projects and operations. Responsible bidders must comply with es-
ablished goals in this project as contained in Attachment A to these bid documents.
3idder shall be certified as an EEO Affirmative Action Employer as prescribed by
Chapter 3.100 of the Code of the City of Portland.
The Metropolitan Service District (Metro) is soliciting bids for the Primate Building
Roof replacement at the Metro Washington Park Zoo. Sealed bids must be
delivered to the Metro Washington Park Zoo, 4001 SW Canyon Road, Portland,
OR 97221, to the attention of Dr. A.M. Rich, Assistant Zoo Director, no later than
3:30 p.m. PST, On Monday, February 18,1 £91, at which time they will be publicly
opened in the Facilities Management Division Lunchroom. Bid envelopes must be
clearly marked as Bid: PRIMATE BUILDING ROOF REPLACEMENT, METRO
WASHINGTON PARK ZOO, ATTENTION: A.M. RICH. If Bids are delivered earlier
they must be delivered to Dr. Rich at the Zoo Administration Building.
Metro has made a strong commitment to provide maximum opportunities to Dis­
advantaged and Women-owned Business in contracting. The successful bidder,
if choosing to subcontract portions for this project, will be required to meet the goals
or demonstrate good faith efforts to meet Metro’s Disadvantaged Business pro­
gram goals.
Bidding documents, including Drawings and Specifications depicting the Work,
may be examined after Tuesday, January 22,1991, at Metro Washington Park
Zoo, Facilities Management Division, 4001 SW Canyon Road, Portland, Oregon,
Monday through Friday between the hours of 9:00 a.m. and 4:30 p.m. Copies of
the Bidding Documents can be obtained from the Salem office. Potential Bidders
may contact Jim Moeller, Facilities Management Division Project Coordinator,
Metro Washington Park Zoo, Facilities Management Division at (503)220-2491 for
additional information.
No bid will be received or considered by Metro unless the bid contains a statement
by the Bidder that the provisions of ORS 279.350, regarding prevailing wage rates,
are to be complied with.
Each bid must contain a statement as to whether the bidder is a resident bidder,
as defined in ORS 279.029.
Pursuant to ORS 701.055, all general and specialty construction contractors must
have a valid Certificate of Registration with the Construction Board in order to
submit a bid or offer to undertake any construction work in the State of Oregon. The
provision of ORS 279, relative to prevailing wage rates, bid security (bid bond,
cashier’s check, certified check, or savings and loan second check) and perform­
ance bond requirements apply. Bidders and Subcontractors may need to be
licensed under ORS 468.883 (regarding licensing of contractors on projects in­
volving asbestos abatement).
Metro may reject any bid not in compliance with all prescribed public bidding pro­
cedures and requirements and may reject for good cause any or all bids upon a
finding of Metro that it is in the public interest to do so. A Pre-Bid Conference will
be conducted Monday, February 4,1991, at 9:00 a.m. PST at Metro Washington
Park Zoo, Facilities Managment Division, in the FM division Lunchroom through
Gate A, 4001 SW Canyon Road, Portland, Oregon.
NOTICE TO CONTRACTORS
Sealed Bids for the construction of the Redmond Senior Center in Redmond,
Oregon will be received from interested Contractors by:
City of Redmond
455 S. Seventh Street
Redmond, Oregon 97756
until 3:00 p.m. prevailing local time, on Thursday, February 21,1991.
Bids will be publicly opened and thereafter read aloud by the undersigned or his
designated representative.
PROJECT DESCRIPTION
In general, the Project comprises construction of a one-story building approxi
mately 6,500 square feet in size of wood frame construction. Site improvements
and some interior equipment are included in the project.
The project is located east of the exiseting Redmond Fire Station at the site
bounded by Elm Avenue on the north, 3rd Street on the east, and Dogwood
Avenue on the south.
TYPE OF BID
One proposal for the entire Project, including General, Mechanical, and Electrical
work is required.
CONSTRUCTION DOCUMETNS
Drawings and specifications, including Bid and Agreement Documents may be ex­
amined at the following locations:
Owner: City of Redmond; 455 S. Seventh Street; Redmond, OR 97756; (503) 548-
2148.
Architect: Barber Barrett Turner, Architects; 731 N.W. Franklin Avenue; Bend, OR
97701; (503) 382-5535.
Construction Data Eastside Plan Center; 1125 S.E. Madison; Room 200; P.O.
Box 5005; Portland, OR 97208; (503) 234-0281.
Construction Data Westside Plan Center; 925 N.W. 12 Avenue;
P.O. Box 5005; Portland, OR 97208; (503) 225-0200.
Dailey Journal of Commerce Plan Center; 2374 N.W. Vaughn;
Portland, OR 97210; (503) 274-0624.
Salem Contractors Exchange; P.O. Box 12065; Salem, OR 97309; (503) 362-
7957.
Eugene Builders Exchange; 135 Silver Lane; Eugene, OR 97404; (503) 688-1607.
Central Oregon Builders Exchange; P.O. Box 326; Bend, OR 97709; (503) 389-
0123.
Dodge/Scan; 430 N. Tower; 100 W. Harrison Plaza; Seatttle, WA 98119; (206)
284-3811.
Bonaflde Prime Bidders may obtain 2 sets only at Architect's office upon deposit
of check payable to Architect in the amount of $100. Deposits will be refunded upon
return of documents, including any addenda, in good condition.
NON-RESIDENT BIDDERS
n accordance withn ORS 279.029, preference of Oregon residents will be given
when awarding his contract by adding to a non-resident's bid the same percent­
age, if any, given to the bidder by the bidder's home state. Accordingly, bidders
will be required to indicate on the bid form whether or not the bidder is an Oregon
resident.
WAGE RATES
No bid will be received or considered unless the Bid Contains a statement assuring
he Bidder’s compliance with U.S. Department of Labor, Davis-Bacon Wage Rate
requirements.
BID SECURITY
Bidders shall submit with their Bid Proposal, a Bid Bond, Certified Check, or Bank
Cashier's Check equal to 10% of the Base Bid including Additive alternates, if any.
OW NER'S RIGHT TO REJECT BIDS
he Owner reserves the right to waive any informalities and to reject any or all bids
when it is in the Owner’s best interest to do so.
BY ORDER OF:
City of Redmond
By: Joe Hannan, City Manager
Sub-Bids Requested
Shriners Hospital Remodel and Addition
Bid Package #3 - Architectural Finishes
Mechanical and Electrical Bidders Pre-Approved
Sealed bids Only - No telephone bids accepted
Bid Date: February 7,1991 @ 2:00 P.M.
Andersen Construction Co., Inc.
P.O. Box 6712
Portland, Or. 97217
(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
INSURANCE
UNDERWRITER/
SENIOR
UNDERWRITER
Resolution Trust Corporation
Resolution Trust Corporation
Encourages
Minority/Women Businesses
The regional and consolidated offices of the Resolution Trust
Corporation (RTC) will offer bonus incentives for minority and
women-owned businesses (MWOBs) who submit proposals in
the major areas of:
• Asset Management
• Accounting Services
• Information Systems
• Procurement of Goods
Subcontract opportunities are available through asset managers in:
Property Management/Maintenance
and Leasing
General Construction Subcontracting/
Construction Consulting
Architectural/Engineering Consulting
Property Tax Consulting
Commission Brokerage Services
Appraisal Services
• Title Work
Financial Investigation Services
Marketing Signage/Printing
Services
Surveying Services
Environmental Consulting
Real Estate Brokerage
All interested M W O B s m ust register for consideration by calling 800-541-1782 or one
of the R T C regional offices shown below.
RTC Regional Offices:
245 Peachtree Center, N W
Suite 1100, M arquis I
Atlanta, GA 30303
(404)225-5675
1910 Pacific Street
Suite 1600
Dallas, TX 75201
(214)953-4446
1225 17th Street
Suite 3200
D enver, CO 80202
(303)291-5708
7400 W est 110th Street
Overland Park, KS 66210
(913)344-8100
SALEM
SAIF Corporation is a fast paced
workers compensation insurer with
an aggressive style. We are seek­
ing a talented, energetic person
who thrives on change and chal­
lenge.
Underwriters manage existing insur­
ance policies and applications for
new policies that are under
$125,000 in premium. They make
sound, prompt decisions, about
the selection, pricing, maintenance,
and monitoring of these policies
with tie objective of maximizing
retention and acquisition of poli­
cies which support the achieve­
ment of corporate goals.
The position and starting salary will
be based on experience knowl­
edge, skills and abilities. Candi­
dates must have two years expe­
rience in workers compensation
insurance in underwriting or mar­
keting. A Bachelors degree is
preferred.
Knowledge is needed o, the prin­
ciples of insurance, Oregon’s
Workers' Compensation Law and
Administrative Rules, NCCI’s
manuals and insurance policy, and
SAIF’s insurance products. Strong
analytical decision making and
math skills are necessary. Excel­
lent communication skills, persua­
siveness and diplomacy. Candi­
dates must also have a valid Ore­
gon driver’s license and an excel­
lent driving record.
The rewards are many, including a
performance pay and comprehen­
sive benefits package. Please refer
to AD# OR-325, and send an
Application/Resume with cover
letter to:
SAIF Corporation
Personnel Division
P.O. Box 988
Salem, OR 97308-0988
Fax# (503)373-8628
Or call our message phone by 5pm,
January 29, 1991 (503)1-373-8047
to receive an applicant packet.
This position closes February 7,
1991
Equal Opportunity Employer
*
t A
C'
I k . M w S k
'* ♦ * * • * <
F * IWÿ jtol
•
'rt..
• • I
m Advertising
^Employment
Bids/Sub-Bids
NOTICE OF INTENT
The Oregon Department of Transportation, Highway Division, is seeking the
services of qualified consultants to conduct: construction surveying, location
surveying, design and right -of-way monumentation.for highways.
The Division proposes to enter into flexible service contrac's with consultants for
each of the Division’s five regions.
Maximum contract amounts are: Region 1 - $200,000, Region 2 - $150,000, Region
3 - $190,000, Region 4 - $100,000, and Region 5 - $150,000.
If you are interested in being considered, a Request for Proposals can be obtained
only in person or by mail by calling Program Section, 307 Transportation Building,
Salem, OR 97310; telephone (503) 378-6563.
Statement of Proposals are due February 25,1991.
REQUEST FOR STATEMENT OF
QUALIFICATION
FOR THE CITY OF GRESHAM
FOR TRANSPORTATION ENGINEERING/PLANNING SERVICES
The City o f Gresham wishes to hire a firm capable o f providing Transportation
Enginccring/Planning Services. These services w ill be utilized in providing the
City with direction and general approach for establishment o f a Traffic Impact
Fee (TIF) to fund transportation improvement within the City o f Gresham.
Scope of work w ill include identification o f existing roadway deficiencies and
cost of corrective measures, forecasting future traffic patterns and identifying
future traffic problems, determining public versus private share o f project cost
and development o f implementation plan.
Interested parties shoud submit a “ Statement o f Qualifications’ ’ to the City of
Gresham, Engineering Division, Attn: David Rouse, 1333 N.W. Eastman Park­
way, Gresham, Oregon 97030 by 5:00 p.m., Friday, February 8, 1991.
A Statement o f Qualifications shall include:
1. Name o f firm , year established, types o f services qualified to perform and
size of staff. A general brochure may be submitted.
2. Qualification o f firm. Describe recent project o f a similar size and type
(attach sample study if available). A list o f references may also be attached.
3. Indicate which o f the staff w ill be utilized for this project and their project
responsibilities. Pertinent resumes o f assigned person may also be submitted.
4. The ability of the firm to start work upon contract award.
The City staff w ill review the letters o f interest and select firms to submit pro­
posals. An oral interview may be scheduled prior to final selection. It is in­
tended that a firm be hired in early March, 1991. Questions regarding submittal
should be directed to David S. Rouse, Transportation Program Manager (503)
669-2430.
> « * .* * ♦ • * • ♦ * * «