Washington Bids > Bid Detail

SW – Child Study and Treatment Center: Fire Alarm Upgrades / Olympia

Agency: State Government of Washington
Level of Government: State & Local
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD14184549431401296
Posted Date: Sep 30, 2022
Due Date: Oct 27, 2022
Solicitation No: 22-435
Source: https://apps.des.wa.gov/EASBid...
Contract Number: 22-435
Description: SW – Child Study and Treatment Center: Fire Alarm Upgrades
Agency: Department of Social and Health
Bid Date & Time: 10/27/2022 3:00 PM Bid City and Location:
Olympia
1500 Jefferson St. SE, Olympia, WA 98501
For additional information about this project:
Project Manager:
Scott Allen
Phone: (360) 764-9122
A/E Firm:
Hargis Engineers, Inc.
Firm Contact: Jon Beade
Phone: (206) 448-3376
FAX:
Email: jon.beade@hargis.biz
Detailed Bid Advertisement:
ADVERTISEMENT FOR BIDS

Sealed bids will be accepted for the following project:

PROJECT NO.: 2022-435 G (1-1)

TITLE: SW – Child Study and Treatment Center: Fire Alarm Upgrades

AGENCY: FPS for Department of Social and Health Services

PROJECT MANAGER: Scott Allen

ESTIMATED BID COST RANGE: $180,000.00 to $300,000.00

SUBMITTAL TIME/DATE/LOCATION: Prior to 3:00 PM Thursday, October 27, 2022
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 Thursday, October 27, 2022only to:
Dept. of Enterprise Services
1500 Jefferson St. 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 PM on Thursday, October 27, 2022, on YouTube: https://youtu.be/CuXm5C4YUTA (see additional information below)

ISSUED BY: Department of Enterprise Services
Facility Professional Services

PRE-BID MEETINGS AND
SITE VISITS: MANDATORY (BIDDERS MUST ATTEND)
10:00AM Tuesday October 11, 2022, at the DSHS Child Study and Treatment Center (CSTC).

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.

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

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 the ARC – Washington, 632 Broadway, Tacoma, WA 98402 telephone (253) 383-6363, upon the deposit of $200.00. Please make checks payable to Hargis Engineers, Inc. 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 Hargis Engineers, Inc., Attn: Jon Beade, telephone (206) 448-3376, e-mail jon.beade@hargis.biz.

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 Pierce 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/.

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 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 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

2022435Gadvto
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 >