Project Details

To access the drawings and specifications for a specific project, please contact the Architect/Engineer or one of the DES approved plan centers.
 
Contract Number: 20-419  
Description: LV-Electrical Infrastructure Upgrade Phase 3 - Bid Pack 2
Agency: Department of Social and Health Services  
Bid Date & Time: 01/12/2023 3:00 PM Bid City and Location:
  Olympia
1500 Jefferson St. SE, Olympia, WA 98501

For additional information about this project:  
Project Manager:
Celeste Breaux
Phone: (509) 220-0385
A/E Firm:
NAC Architecture
Firm Contact:  Bill Rash
Phone:  (509) 838-8240
FAX:  
Email:  brash@NACARCHITECTURE.com

Detailed Bid Advertisement:  
ADVERTISEMENT FOR BIDS

Sealed bids will be accepted for the following project:

PROEJCT NO.: 2020-419 H (1-2)

TITLE: LV-Electrical Infrastructure Upgrade Phase 3 - Bid Pack 2

AGENCY: FPS for Department of Social and Health Services

PROJECT MANAGER: Celeste Breaux

ESTIMATED BID COST RANGE:
$555,750.00 to $735,000.00
SUBMITTAL TIME/DATE/LOCATION:
Prior to 3:00 PM, Thursday, January 12, 2023
Department of Enterprise Services
Mail to: PO Box 41476, Olympia, WA 98504-1476
Attn.: Facility Professional Services
Or
Hand Deliver between the hours of 1:00 PM, and prior to 3:00 PM, on Thursday, January 12, 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, January 12, 2023 on YouTube: https://youtu.be/UFRw1jPNgjg (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 AM, Thursday, December 15, 2022, meet at the main entry lobby (“Switchboard”) at the Lakeland Village Administration Building, 2320 S. Salnave Rd., Medical Lake, WA 99022

Note that face masks are required for all visitors to the Lakeland Village campus.

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 inside the 1500 Jefferson St. S.E. building 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, NAC Architecture, 1203 W. Riverside Ave., Spokane, WA 99201, telephone (509) 838-8240, fax (509) 838-8261 upon the deposit of $100, or directly from Abadan Reprographics, at www.nacplans.com. Please make deposit checks payable to NAC Architecture. 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, NAC|Architecture, 1203 West Riverside Avenue, Spokane, WA 99201, phone #509-838-8240.
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 Spokane 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 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

2020419Hadvto





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.