Spokane Community College

Building 19 HEQ Remodel

Status

Bidding Closed

Prebid Date11/18/21 2:00pm

Bid Date12/7/21 3:00pm

Company & Contacts

Integrus Acrhitecture
Bob Estlund  
509-838-8681

Location

Spokane, WA

ADVERTISEMENT FOR BIDS

Sealed bids will be accepted for the following project:

PROEJCT NO.: 2021-160 G (1-1)
TITLE: SCC Building 19 HEQ Remodel
AGENCY: FPS for Community Colleges of Spokane
PROJECT MANAGER: Gloria Miller, AIA

ESTIMATED BID COST RANGE:
$1,200,000.00 to $1,400,000.00

SUBMITTAL
TIME/DATE/LOCATION:
Prior to 3:00 P.M. on Tuesday, 12/7/21
Mail or hand deliver to:
Bob Estlund/Ernesto Ruiz/Gloria Miller
C/O Integrus Architecture
10 South Cedar Street
Spokane, WA 99201

When hand delivering bid documents, note that bid
documents will be received at the main desk upon
entering the building. Masks and distancing are
required.

Virtual Public Bid Opening will be held at
approximately 3:15 P.M., on Tuesday, December 7,
2021 on YouTube: https://youtu.be/_h3iclNncUk
(see additional information below)

SUBCONTRACTOR LISTINGS:
SUBMITTAL
TIME/DATE/LOCATION:
Prior to 3:00 P.M., Tuesday, December 7, 2021
Mail or hand deliver to:
Community Colleges of Spokane
c/o Integrus Architecture
Attn: Bob Estlund, Ernesto Ruiz & Gloria Miller
10 South Cedar, Spokane, WA 99201

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.

ISSUED BY:
Department of Enterprise Services
Facility Professional Services

PRE-BID MEETING AND
SITE VISIT:
2:00 P.M. on Thursday, 11/18/21
ISSUED BY:

Participants are required to be fully vaccinated or
properly exempted in accordance with the
Governor’s Proclamation 21-14.1 – COVID-19
Department of Enterprise Services
Facility Professional Services
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.
Meet at the main entrance to Building 19, on
the west side of the building. See SCC campus map. For specific directions for the 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, We ask that you please maintain a distance of at least six feet from all
other individuals when dropping off bids.

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) 9027272.

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 Integrus Architecture
P.O. Box 1482, Spokane, WA 99201, telephone (509) 838-8681. 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 S 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 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-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