SVC - Fire Apparatus Building / Olympia

Agency: State Government of Washington
State: Washington
Type of Government: State & Local
NAICS Category:
  • 236220 - Commercial and Institutional Building Construction
Posted Date: Sep 20, 2022
Due Date: Oct 18, 2022
Solicitation No: 22-069
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Contract Number: 22-069
Description: SVC - Fire Apparatus Building
Agency: Skagit Valley College
Bid Date & Time: 10/18/2022 3:00 PM Bid City and Location:
Olympia
1500 Jefferson Street SE, Olympia, 98501 (bid box in front of building)
For additional information about this project:
Project Manager:
Kevin Barber
Phone: (360) 628-6417
A/E Firm:
Osborn Architects, Inc., PS
Firm Contact: Jerry Osborn
Phone: (206) 920-6348
FAX:
Email: josborn@oaips.com
Detailed Bid Advertisement:
ADVERTISEMENT FOR BIDS

Sealed bids will be accepted for the following project:

PROEJCT NO.: 2022-069 G (3-1)

TITLE: SVC - Fire Apparatus Building

AGENCY: FPS for Skagit Valley College

PROJECT MANAGER: Kevin Barber

ESTIMATED BID COST RANGE:
$900,000.00 to $1,500,000.00

SUBMITTAL TIME/DATE/LOCATION:

Prior to 3:00 PM, Tuesday, October 18, 2022.
Department of Enterprise Services
Mail to: PO Box 41476, Olympia, WA 98504-1476
Attn.: Facility Professional Services, Contracts Section

Hand Deliver between the hours of 1:00 P.M., and prior to 3:00 P.M., on Tuesday, October 18, 2022 only to:
Department of Enterprise Services
1500 Jefferson Street SE, Olympia, WA 98501
(Secure bid box in front of building, see directions below)

Virtual Public Bid Opening will be held at approximately 3:15 P.M., on Tuesday, October 18, 2022 on YouTube: https://youtu.be/cnrKHuQSgGk
(See additional information below.)

SUBCONTRACTOR LISTINGS: For bid proposals exceeding $1M, each bidder shall submit:
Form A (HVAC, Plumbing, and Electrical) with its bid proposal or within one hour after the bid submittal time/date.
Form B (Structural Steel Install, Rebar Install) within 48 hours after the bid submittal time/date.
Forms A and B must be emailed to: FPSsubcontractorlist@des.wa.gov

ISSUED BY: Department of Enterprise Services
Facility Professional Services

PRE-BID WALK-THROUGH: 10:00 A.M., Thursday, September 29, 2022. Meet at the main entrance to the Cardinal Center, Skagit Valley College, Mount Vernon Campus, 2405 E College Way, Mount Vernon, WA 98273

For specific directions for an on-site pre-bid meeting or site visit, please contact the Consultant listed below.

Participants are required to be fully vaccinated or properly exempted in accordance with the Governor’s Proclamation 21-14.1 – COVID-19 VACCINATION REQUIREMENT (or as may be amended thereafter), and further, must comply with COVID-19 Vaccination And Safety Guidelines And Requirements for Pre-Bid Meetings and Site Visits established by the Department of Enterprise services.

In response to the COVID-19 global pandemic and in an effort to keep our contractors and staff healthy, the Department of Enterprise Services Facility Professional Services (FPS) is making changes to the Public Works bid submittal and bid opening process.

FPS will be accepting mailed-in or hand-delivered bids. Contractors are highly encouraged to mail bids whenever possible in an effort to stay home and stay healthy. Clearly identify that it is a SEALED BID on the outside of the envelope. Include an attention line in the address to ensure that the bid is routed correctly.

For hand-delivering bids, a locked drop box will be available outside the 1500 Jefferson St. S.E. building for contractors to deposit their sealed bids. We ask that you please maintain a distance of at least six feet from all other individuals when dropping off bids. An FPS staff member will be inside the lobby monitoring the locked drop box during those hours.

Additionally, all Public Works Bid Openings will be conducted via live stream on YouTube. A link to the live stream for bid opening can be found above. Contractors and the public will not be allowed to stay to watch the bid opening in person. We will strive to begin bid opening live streams within thirty minutes of the bid closing and appreciate your patience as we deploy this new process. If you have questions, please contact us at EASMail@des.wa.gov or call (360) 902-7272.

Contractors may obtain plans and specifications from ARC Document Solutions, 2730 Occidental Ave S, Seattle, WA 98134, seattle.planwell@e-arc.com, (206) 622-6000 upon the deposit of $150. Please make checks payable to OAI. Plans must be returned in good condition within seven (7) days following bid date to obtain a refund of deposit. After seven days no refunds will be made.

Plans and specifications may be viewed at the following plan centers: Abadan Reprographics & Imaging, Spokane, WA; Associated Builders & Contractors, Spokane, WA; Associated General Contractors, Boise, ID; Builder’s Exchange of Washington, Everett, WA; Daily Journal of Commerce Plan Center, Portland, OR; Daily Journal of Commerce, Seattle, WA; Hermiston Plan Center, Hermiston, OR; Contractor Plan Center, Milwaukie, OR; Ridgeline Graphics (Wenatchee Plan Center), Wenatchee, WA; Spokane Regional Plan Center, Spokane, WA; Tri-City Construction Council, Kennewick, WA; Walla Walla Valley Plan Center, Walla Walla, WA; Weekly Construction Reporter, Bellingham, WA; Yakima Plan Center, Yakima, WA.

Please direct questions regarding this project to the office of the Consultant, Osborn Architects, Inc., PS, 1011 SW Klickitat Way Suite No. 208, Seattle, WA 98134; Attn: Jerry Osborn, (206) 920-6348, josborn@oaips.com. Within 72 hours following the bid opening, results will be available on the FPS web site at https://apps.des.wa.gov/EASbids/BidResult.aspx.

The state of Washington prevailing wage rates are applicable for this public works project located in Skagit County. Bidders are responsible to verify and use the most recent prevailing wage rates. The “Effective Date” for this project is the Bid Form due date above. The applicable prevailing wage rates may be found on the Department of Labor & Industries website located at https://secure.lni.wa.gov/wagelookup/.

Mandatory 15% apprentice labor hours of the total labor hours are a requirement of the construction contract. Voluntary workforce diversity goals for this apprentice participation are identified in the Instructions to Bidders and the General Conditions for Washington State Facility Construction. Bidders may contact the Department of Labor & Industries, Apprenticeship Section, to obtain information on available apprenticeship programs.

In accordance with RCW 39.30.060, if the base bid and the sum of the additive alternates is one million dollars or more, the Bidder is required to provide the names of the Subcontractors with whom the Bidder will directly subcontract for the performance of heating, ventilation and air conditioning (HVAC), plumbing and electrical for this project on Subcontractor List Form A within one hour of the bid submittal time via email to FPSsubcontractorlist@des.wa.gov. The Bidder shall also provide names of the Subcontractors with whom the Bidder will subcontract for structural steel installation and rebar installation on Subcontractor List Form B within 48 hours of the bid submittal time via email to FPSsubcontractorlist@des.wa.gov.

Supplemental Bidder Responsibility will be evaluated for this project. In determining Bidder responsibility, the Owner shall consider an overall accounting of the criteria set forth in “DIVISION 00 SUPPLEMENTAL RESPONSIBILITY CRITERIA”. Please direct questions regarding this subject to the office of the Consultant, OAI, PS.

The successful bidder is required to comply with the COVID-19 Safety and Vaccination Verification Declaration Requirements in the Supplemental Conditions for Washington State Facilities Construction and provide the Vaccination Verification Declaration prior to award of the contract.

The successful Bidder is required to register and create an account in the DES Diversity Compliance program (B2Gnow) at https://des.diversitycompliance.com. Voluntary numerical Diverse Business goals of 12% MBE, 8% WBE, 5% Washington Small Business, and 5% Veterans have been established for this project. Achievement of the goals is encouraged.

Bidders may contact the Office of Minority and Women's Business Enterprise (OMWBE) at http://OMWBE.wa.gov/ to obtain information on certified firms. Bidders may also utilize Washington Small Businesses registered in WEBS at https://pr-webs-vendor.des.wa.gov/ and Veteran-owned Businesses at https://www.dva.wa.gov/veterans-their-families/veteran-owned-businesses/vob-search.

The state reserves the right to accept or reject any or all bids and to waive informalities.

STATE OF WASHINGTON
DEPARTMENT OF ENTERPRISE SERVICES
FACILITY PROFESSIONAL SERVICES

2022069Gbidadtg091422
For specific project information, call the A/E Contact listed in each advertisement. For general information, please contact Engineering & Architectural Services by telephone at (360) 902-7272, or by email at easmail@des.wa.gov .

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow LANYARD, FALL GEAR Active Contract Opportunity Notice ID SPMYM224Q1147 Related Notice Department/Ind.

DEPT OF DEFENSE

Bid Due: 3/29/2024

NUMBER TITLE STATUS BID TYPE NAME CONTACT INFORMATION AVAILABLE DATE CLARIFICATION DEADLINE DUE

Snohomish County

Bid Due: 4/09/2024

Follow RESPIRATOR Active Contract Opportunity Notice ID SPMYM224Q1149 Related Notice Department/Ind. Agency DEPT

DEPT OF DEFENSE

Bid Due: 3/31/2024

Follow FLAM LOCKER Active Contract Opportunity Notice ID SPMYM224Q0390 Related Notice Department/Ind. Agency

Federal Agency

Bid Due: 12/12/2024