SCC Campus Security Upgrades - Access Control

SCC Campus Security Upgrades - Access Control

Status

Accepting Bids

Prebid Date5/1/24 10:00am

Bid Date5/29/24 1:00pm

Company & Contacts

Integrus Architecture
Karen Spotts  
509-838-8681

Location

Spokane, WA

ADVERTISEMENT FOR BIDS

Sealed bids will be accepted for the following project:

PROJECT NO.: 2024-595 G (1-1)

TITLE: SCC Campus Security Upgrades - Access Controls

AGENCY: FPS for Community Colleges of Spokane

PROJECT MANAGER: David Head

ESTIMATED BID COST RANGE: $2,200,000.00 to $2,400,000.00

SUBMITTAL

TIME/DATE/LOCATION:

No later than 1:00 PM, Wednesday, May 29, 2024.

Submit Online at DES Public Procurement Portal

Bonfire: https://deswa.bonfirehub.com

(See additional information below)

Bids should be submitted no later than 1:00 PM for the

Virtual Public Bid Opening on Microsoft Teams

which will be held at approximately 1:30 PM on

Wednesday, May 29, 2024

Join on your computer, mobile app or room device

Click here to join the meeting

Meeting ID: 232 943 171 100

Passcode: WPJKXj

Download Teams | Join on the web

Or call in (audio only)

+1 564-999-2000,,994059963# United States,

Olympia

(833) 322-1218,,994059963# United States (Tollfree)

Phone Conference ID: 994 059 963#

Find a local number | Reset PIN

(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.

Forms A must be emailed to:

FPSsubcontractorlist@des.wa.gov

ISSUED BY:

Department of Enterprise Services

Facility Professional Services

PRE-BID WALK-THROUGH:

10:00 A.M. on Wednesday, May 1, 2024. Meet at

Spokane Community College, Building 1. Meet at the

main entrance on the south side of Building 1, 1810 N.

Greene Street, Spokane, WA 99217.

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

site visit, please contact the Consultant listed below.

All Public Works Bid Openings will be conducted via live stream on Microsoft Teams. A link to the

live stream for bid opening can be found above. 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, David Head at david.head@des.wa.gov

or (360) 701-6472.

This link provides support with the Bonfire Vendor Registration Process.

https://vendorsupport.gobonfire.com/hc/en-us/articles/15646869029783-Vendor-Registration

This link provides support with the Bonfire Bid Submission Process.

https://vendorsupport.gobonfire.com/hc/en-us/articles/6832869814551-Creating-and-Uploading-aSubmission-

For Bonfire Vendor Support please visit the link on the website at https://vendorsupport.gobonfire.com/ with additional support articles and videos to help vendors. Vendors can email Support@GoBonfire.com if they encounter problems.

Contractors may obtain plans and specifications from the DES Public Procurement Portal Bonfire https://deswa.bonfirehub.com or from the Plan Centers listed below. Contractors may also obtain plans and specifications from Standard Printworks, 256 West Riverside Avenue, Spokane, WA 99201,

telephone (509) 624-2985, https://www.standardprintworks.com, upon 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.

List of 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,

10 South Cedar Street, Spokane, WA 99201, telephone (509) 838-8681, attn: Karen Spotts,

kspotts@integrusarch.com.

Bid Results will be available on the DES Public Procurement Portal Bonfire:

https://deswa.bonfirehub.com following the bid opening.

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 submittal time and 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 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.

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-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