Columbia Basin College Equity & CAMP Center

Status

Bidding Closed

Prebid Date7/19/23 2:00pm

Bid Date8/3/23 3:00pm

Company & Contacts

Integrus Architecture
Becky Barnhart  
509-838-8681

Location

Pasco, Wa

ADVERTISEMENT FOR BIDS

Sealed bids will be accepted for the following project:

PROJECT NO.:

2023-085 G (1-1)

TITLE:

CBC - Equity and CAMP Center

AGENCY:

FPS for Columbia Basin College

PROJECT MANAGER:

Dave Hickman

ESTIMATED BID COST RANGE:

$815,000.00 to $905,000.00

SUBMITTAL

TIME/DATE/LOCATION:

Prior to 3:00 PM, Thursday, August 3, 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 Thursday, August 3, 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 Thursday, August 3,

2023 on YouTube:

https://youtube.com/live/5Nmx_fjfYv8?feature=share

(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:

2:00 P.M., Wednesday, July 19, 2023. Meet at the

“T Building” at Columbia Basin College Campus, 2600

North 20th Avenue, Pasco, WA 99301. See Campus Map

following this Advertisement for Bids.

For specific directions for an on-site pre-bid meeting

or site visit, please contact the Consultant listed

below.

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 the Project Manager, Dave Hickman at

David.hickman@des.wa.gov or (360) 339-2280.

Contractors may obtain plans and specifications from Standard Printworks, 256 West Riverside

Avenue, Spokane, WA 99201, telephone (509) 624-2985, https://www.standardprintworks.com,

upon the deposit of $250.00. Please make checks payable to Integrus Architecture, PS. 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; 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, Integrus

Architecture, PS, 10 South Cedar Street, Spokane, WA 99201, telephone (509) 838-8681, Blanca

Rodriguez: BRodriguez@integrusarch.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 Franklin 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/.

In accordance with RCW 39.30.060, if the base bid and the sum of the alternates (if

applicable) combined together reach 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 Integrus Architecture, PS.

The Owner has Federal Funding or other special requirements for this project. The Bidder will

be required to comply with the “DIVISION 00 SPECIAL CONDITIONS” section in the

specifications. 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-ownedbusinesses/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