M arch 5, 1997 • I ni B orii and O bsfrvi r P agi BK City of Portland Invitation For Proposals Proposals Due 2:00 P.M. On Various Dates Sub-Bids Requested Oregon Health Sciences University University Hospital South - 7A ICU/CCU Bid Package: Remodel - All Areas of Work All bids for Installation Only on the below list of materials must be mailed or hand-delivered in a sealed envelope to: OHSU - Capital Construction Services Dept., Campus Services Building, 3595 S.W. U.S. Veterans Hospital Road Portland, OR 97201 Attention: Marie Hill 05500 Misc. Metals, 06400 Casework, 08100 Metal Doors & Frames, 08200 Wood Doors, 08710 Finish Hardware, 10100 Marker & Track Boards, 10400 Identifying Devices 10900 Misc. Specialties Bid Date: March 11,1997 @ 2:00 p.m. Andersen Construction Co., Inc. 6712 N. Cutter Circle, Portland, OR 97217 (503) 283-6712 Fax (503) 283-3607 Oregon Contractor’s Board Registration #63053 We are an equal opportunity employer and request sub-bids from all interested firms including disadvantaged, minority, women, disabled veterans, and emerging small business enterprises. Other Andersen Company Information: Internet http://www.andersen-const.com Garlington Center Child and Family Therapist FT to provide individual, group and family therapy parent restraining & skills training to culturally diverse children and families ages 0-21, in clinic school and home setting. Masters degree in a mental health related field and e years clinical experience required. QMHP required. Ref #CH-CFT Salary Range: OP/C 2 QMHP $23,600-$25,489 OP/C 3 QMHP w/M aster & Licensure $25,200-$27,217 Case Manager needed to provide supportive therapy and a full range of case management services to chronically mentally ill clients tin need of intensive services. Minimum 2 years related experience requued QMHP and a Master degree required. Ref #CM-I Salary Range: CM4 QMHP $23,600-$25,489 CM5 QMHP w/M aster & Licensure $25,200-$27,217 Administrative Assistant needed to organize and coordinate office procedures, supervise & backup support staff, and provide administrative assistance to outpatient program director in fast paced behavioral health clinic. W ord processing & spreadsheet programs, 2 years increasingly responsible experience office work, 1 yr. office mgmt/supervision experience, ability to type 65 wpm. strong written and verbal com munication skills required. Ref # CH- OS Executive Assistant to the CEO busy CEO needs confidential executive assistant to provide top quality support: plan and coordi­ nate executive level and management meetings; manage exe cs calendar/schedule; screen callers and walkins; review and prepare correspondence for CEO; provide support to board of directors for meeting schedules, correspondences, and record-keeping; and provide office management support for administrative functions. Requires minimum 3 years executive level experience including excellent PC skills with MS Word, WP 6.1, and excel software; Typing speed 65 WPM; and excellent written and verbal com m uni­ cation skills. Human Resources A ssistant G arlington C enter Behavioral Healthcare is seeking an experienced HR assistant. Experience/ knowledge of workers compensation and OSHA requirements, medical benefits, recruitment and hiring procedures. Two years experience in HR or equivalent education required, Bachelors degree with major in HR or related field preferred. Alcohol and Drug Specialist needed to serve as case manager for mentally ill and chem ically dependent clients, duties include provid­ ing community outreach, case management and therapy. Minimum 2 years experience dealing with substance abuse in a mental health setting. QMHP and Masters degree required. Ref # CM-M Salary Range: CM4 QMHP $23,600-$25,489 CM5 QMHP w/M aster & Licensure $25,200-$27,217 Residential Specialist 1 needed to assist mentally ill adults from multicultural backgrounds in activities of daily living. Minimum 1 year prior experience preferred. Ref #RS-PLZ Salary Range: $14,300-$15,445 Finance Director Garlington Center Behavioral Healthcare has excellent opportunity for an individual with strong accounting, data processing, budget, payroll, cash management, tax and business office experience. Qualified candidate will have a minimum of five years experience in healthcare financial management, including at last 2 years at a management or executive level, and a bachelors degree in business and/or accounting. Working knowledge of capi­ tation and managed care preferred. Competitive salary and benefit package. Ref# FN-FD On-call milieu therapist needed for children's preschool day treatment program im plementing therapeutic activities in conjunc­ tion with treatment team. Bachelors degree in a mental health related field preferred. Prior experience working with preschool children preferred. Food Service /Production W orker needed to assist cafe manager in all aspects of cafe operations. Two years experience & on year experience working with person with mental illness in a restaurant setting. Salary Range: $14,300-$15,445 Closing Date: March 14, 1997_______________ Competitive salary and benefits. Send/fax cover letter and resume to. Garlington center, 911 N. Skidmore Portland, OR 97217 Att: HR Fax: 249-8740 EOE. Committed to diversity. No phone call please. Con­ tact our Job Line at 727-5947 for additional job opportunities. i Multnomah County, Oregon Call For Bid Bid No. B 925-90-2293 Opening Date: March 11, 1997 Bid Title: Inspection and Testing Services (Soil, Concr^Je, Reinforcement, Masonry, and Structural Steel) foi Inverness Jail. Testing Agency Certification by the City of Portland is required. Sealed bids will be received until, but not after, 2:00 P.M., by M ultnomah County Purchasing, 2505 SE 11th Ave., Port­ land, OR 97202. Bids will be opened and read at 2:15 P.M. the same day. Each bid must contain a statement whether bidder is a resident bidder, as defined in ORS 279.029. Multnomah County 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 if Multnomah County finds it is in the public interest to do so. Specifications may be obtained at: Multnomah County Pur­ chasing, 2505 SE 11th Ave., Portland, OR 97202. Phone (503) 248-5111, Fax (503) 248-3252. Franna Hathaway, CPPO, Manager Purchasing Section Notice To Contractors Northeast Area Mid-County Collector Sewer Project #3059 Sealed proposals will be received by the Department of Environmental Services Director at the City Hall, 1333 N. W. Eastman Parkway, Gresham, Oregon 97030, until April 4, 1997, 10:00 a.m., local time, at which time they will be opened, for the construction of the Northeast Area Mid- County Collector Sewer Project No. 3059. The major quantities involved are as follows: 12,850 L.F. - 8" Gravity Sewer Pipe, 6,300 L.F. - 476" Service Lateral Pipe 45 Each - Manholes Contractor for this work shall furnish all labor at current U.S. Department of Labor prevailing wage rates, materials and equipment and services of all kinds to complete the work in accordance with the plans and specifications therefore. Prior to obtaining plans and specifications, contractors must be a holder of (as identified by the Department of Environmental Services distribution list), or purchase ($50), the current City of Gresham Public Works Standards (July 20, 1993). Plans and specifications may be examined at the office of the Departm ent of Environm ental Services, 1333 NW Eastman Parkway, Gresham, Oregon. Copies of said plans and specifications may be obtained upon application to the Department of Environmental Services and by posting a non-refundable fee of $25 with the Department of Environ­ mental Services for each set of plans and specifications requested. If plans and specifications are ordered by mail, you must add a $5 processing and mailing charge. Questions concerning this project should be addressed to Charles Wade, Project Manager, 618-2437. Contractors must prequalify for sanitary sewer construction with the City of Gresham, as required by the laws of the State of Oregon, before the date of a bid opening. Otherwise, their proposal may not be given consideration. Sealed Proposals will be received at the Bureau of Pur­ chases and Stores. Room 1313, Portland Building, 1120 SW Fifth Ave., Portland, OR 97204 for the Commodities, Equip­ ment. and/or Projects detailed below until 2:00 P.M. on the dates indicated Plans and Specifications may be obtained at the above address. For additional information, telephone Buyer at number listed. Unless otherwise stated in the individual proposals listed herein, no proposal or bid will be considered unless accom ­ panied by a bid surety for an amount not less than ten percent (10%) of the aggregate amount of the proposal. The City 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 City encourages bidding by M BE’s and W BE’s and will assist such firms to understand and participate in formal bidding processes. Non-Discrimination: No proposal or bid will be considered unless bidder is certified as an EEO Affirmative Action Employer as prescribed by Chapter 3.100 of the Code of the City of Portland. CONSTRUCTION On all construction projects the successful bidder shall be required to certify that he is in compliance with ORS 279.349 to 279.363 or the Davis Bacon Act, 40 USC S 276a relative to prevailing wage rates. No bid will be received or consid­ ered unless accompanied by a statement from the bidder as part of the Did that the provisions os ORS 279.350 or 40 USC S 276a are to be complied with. On projects where bidders are required to be prequalified the bidder must be prequalified by the City Engineer in the stated category for an amount in excess of its bid amount. A prequalification application must be filed with the City Engi­ neer at least nine (9) days prior to the last day for receipt of bids. No construction bid shall be received or considered by the City unless the bidder or proposer is registered with the Construction Contractors board, as required by ORS 701.035 et seq., or licensed by the State Landscape Contractors board, as required by ORS 671.530. Prop. No. Description 140 Woodstock Park Improvements. For Plans And Specifications call 823-6855. For project informa­ tion call Craig Johnsen at 823-6852 Proposals Due: March 25, 1997 by 2:00 p.m. Prequalification in Category 30-Parks Improvements, ($190,000.) is re­ quired. Subcontracting opportunities for this project nclude: Concrete work, demolition, irrigation, land­ scaping, surveying, and paving. A Mandatory pre-bid will be held at 9:30 a.m., March 12,1997, at Woodstock Park, S.E. 47th and Steele Sts., Portland Meet at the Southwest corner of the Park on S.E. 47th. 143 Alder Basin Sewer Reconstruction Project Phase 2, Unit 2. For Plans And Specifications Call: 823- 6855. For project information call Denise Johnson, CPPB 823-6854, for technical information call Laura Highes, 823-7214. Proposals Due: March 18, 1997 by 2:00pm. Mandatory Prebid Meeting Is Waived. P re q u a lific a tio n in c a te g o ry 8 - S e w er Lines $1,300.000.00 and/or category 33 - Special Sewer Construction Cured-ln-Place Pipe for $1,300,000.00 is required. Division of work for the “Good Faith Effort”” program are: Sewer/Water, Paving, Traffic Control and Trucking. The list of M/W/ESB subcon­ tractors are included in the specification. 144 Taggart Basin CSO Sump Unit 2-3, Phase II. For Plans And Specifications Call 823-6855. For project information call Denise Johnson, CPPB 823-6854, for technical information call Steve Fancher, 823- 7824. Proposals Due: March 18, 1997 by 2:00pm. Mandatory Prebid Meeting Is Waived. Prequalifica­ tion in category 8 Sewer Lines $500,000.00 is required. Division of work for the “Good Faith Effort” program are: Concrete, ConcreteCutting, Sewer/Water, paving, Traffic Control and Trucking. The list of M/W/ESB subcontrac­ tors are included in the specification. 145 Gabriel park Improvements. For Plans and Speci­ fications call 823-6855. For project information call Craig Johnsen at 823-6852. Proposals Due: April 1, 1997 by 2:00 p.m. Prequalification in Category 30- Parks Improvements, (500,000) is required. Subcon­ tracting opportunities for this project include: Car­ pentry, Concrete work, Irrigation, Landscaping, Sewer/ Water systems, and Grading. A Mandatory pre-bid will be held at 9:30 a.m., March 13, 1997, at Gabriel park, S.W. 45th and Vermont, Portland. Meet at the ballfield parking lot off Vermont St. at SW 42nd. Ave. 147 Fiske B Basin CSO Pollution Reduction Facility. For Plans And Specifications Call 823-6855. For project information call Denise Johnson, CPPB 823-6854, for technical information call Michelle Lostra, 823- 7744. Proposals Due: March 25, 19S7 by 2:00pm. Mandatory Prebid Meeting Is Waived. Prequalifica­ tion in category 8 - Sewer Lines $360,000.00 is required. Divisions of work for the “Good Faith Effort” program are: Concrete Work, Res./Comm. Irrigation, Landscape Maintenance, Res./Comm. Landscaping, Sewer/W ater/Systems, Concrete Cutting, Concrete Flat Work, Clearing/Grubbing, Fencing, Rebar Fabri­ cation, Rebar Plcmnt/Reinf., Seeding, Site Prepara­ tion, Trucking, Utilities. The list of M/W/ESB subcon­ tractors are included in the specifications. Contractors shall obtain a City of Gresham business license prior to commencing work. All proposals must be submitted on the regular forms fur­ nished by the City of Gresham, addressed and mailed or delivered to the Department of Environmental Services, City of Gresham, 1333 N.W. Eastman Parkway, Gresham, O r­ egon 97030-3813 in a sealed envelope plainly marked, “Sealed Bid On Northeast Area Mid-County Collector Sewer Project 3059, bearing the name and address of the bidder. Each bid must be accompanied by a certified check, cashier’s check or bid bond in an amount not less than ten percent (10%) of the total bid. A performance and payment corporate surety bond in the full amount of the contract shall be required to guarantee faithful performance of the terms of the contract at the time of contract execution. Each bid must contain a statement as to whether the bidder is a resident bidder, as defined in ORS 279.029. In determin­ ing the lowest responsible bidder, the public contracting agency shall, for the purpose of awarding the contract, add a percent increase on the bid of a nonresident bidder equal to the percent, if any, of the preference given to that bidder in that state in which the bidder resides. Each bid must contain a statement by the bidder that the provisions of ORS 279.350 will be complied with. Each bidder must file with his bid an affidavit of non­ collusion. They City of Gresham reserves the right to reject any and/or all bids, waive informalities or to accept any bid which appears to serve the best interests of the City. The City of Gresham is an equal opportunity employer. By Order Of The City Council 1333 N.W. Eastman Parkway Gresham, Oregon 97030 EQUIPMENT Prop. No. Description 148 Furnishing One (1) Digester Heating Boiler for Tryon Creek W astewater Treatment Plant. Proposals Due: March 18, 1997 by 2:00 P.M. Plans and Specifica­ tions are available at 5001 N. Columbia Blvd. Port­ land 97203 or call 82303 or call 823-2506. For project information call Michele Ackerman 823-2505.