Washington Bids > Bid Detail

HC – Instructional Programs Relocation / Olympia

Agency: State Government of Washington
Level of Government: State & Local
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD14184548546681672
Posted Date: Feb 3, 2023
Due Date: Feb 14, 2023
Solicitation No: 22-164
Source: https://apps.des.wa.gov/EASBid...
Contract Number: 22-164
Description: HC – Instructional Programs Relocation
Agency: Highline College
Bid Date & Time: 02/14/2023 3:00 PM Bid City and Location:
Olympia
1500 Jefferson Street SE, Olympia, WA 98501 - bid box inside Lobby
For additional information about this project:
Project Manager:
Brady Knowles
Phone: (360) 489-2344
A/E Firm:
Schreiber Starling Whitehead Architects
Firm Contact: Stephen Starling
Phone: (206) 682-8300
FAX: (206) 682-8375
Email: starling@sswarchitects.com
Detailed Bid Advertisement:
ADVERTISEMENT FOR BIDS - REVISED

Sealed bids will be accepted for the following project:

PROEJCT NO.: 2022-164 G (2-1)

TITLE: HC – Instructional Programs Relocation

AGENCY: FPS for Highline College

PROJECT MANAGER: Brady Knowles

ESTIMATED BID COST RANGE:
$2,910,000.00 to $3,455,000.00
SUBMITTAL TIME/DATE/LOCATION:

Prior to 3:00 PM, Tuesday, February 14, 2023.
Department of Enterprise Services
Mail to: PO Box 41476, Olympia, WA 98504-1476
Attn.: Facility Professional Services

Hand Deliver between the hours of 1:00 PM, and prior to 3:00 PM, on Tuesday, February 14, 2023, only to:

Dept. of Enterprise Services
1500 Jefferson St. SE, Olympia, WA 98501
(Secure bid box in building lobby, see directions below.)

Virtual Public Bid Opening will be held at approximately 3:15 PM, on Tuesday, February 14, 2023, on YouTube https://youtube.com/live/y233KKIcRjo?feature=share

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: Held January 23, 2023
FPS will be accepting mailed-in or hand-delivered bids. 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 in the 1500 Jefferson St. S.E. building lobby for contractors to deposit their sealed 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 (voice message only).

Contractors may obtain plans and specifications from the Consultant, Schreiber Starling Whitehead Architects, 901 Fifth Ave. No. 3100, Seattle, WA 98164, Tel: (206) 755-3553,
email: starling@sswarchitects.com.

Plans and specifications may be viewed at the following plan centers: Abadan Reprographics & Imaging, Spokane, WA; ARC Document Solutions, Seattle, WA; ARC Document Solutions, Tacoma, 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. 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 King 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.
.
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 10% MBE, 6% 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

2022164GBidAdREV2323tg

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 to leave a voicemail message, or by email at easmail@des.wa.gov .

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >