You are here

Home » ANACORTES AIRPORT (74S) RUNWAY 18-36 LIGHTING IMPROVEMENTS PROJECT #ARP-44

ANACORTES AIRPORT (74S) RUNWAY 18-36 LIGHTING IMPROVEMENTS PROJECT #ARP-44

The Port of Anacortes (the “Port”) hereby requests bid proposals for the Anacortes Airport (74S) Runway Lighting Improvements, Project #ARP-44 / FAA BIL #3-53-0001-029-2024 (the “Project”).  The Port will only consider sealed bid proposals that:  i) are plainly marked Runway 18-36 Lighting Improvements, Project #ARP-44, ii) include the name and address of the Bidder, and iii) are timely received by 10:00 am, PDT on March 25, 2025 at:

Port of Anacortes

317 Commercial Avenue

Anacortes, Washington  98221

Bids will be opened and recorded at that time. Bids received after the deadline indicated above will not be considered and will be returned to the Bidder unopened. Bidder accepts all risks of late delivery, regardless of fault.

Plans, Specifications, Addenda, Contract Documents, and Bidders List for this project will be available on March 3 through the Port of Anacortes’ online plan room by going to http://bxwa.com and clicking on “Posted Projects”, “Public Works”, “Port of Anacortes”, and “Projects Bidding”.  Contact Builders Exchange of Washington at 425-258-1303 for assistance. 

The Project generally involves furnishing all labor, materials, and equipment necessary for the completion of the Anacortes Airport Runway 18-36 Lighting Improvements in Anacortes, Washington as detailed in the project drawings and specifications. The Project generally consists of, but is not limited to:  implementation of temporary site controls, traffic/pedestrian controls, and temporary erosion and sediment controls; demolition and disposal of the existing Runway 18-36 lighting electrical systems; construction of new lighting electrical systems; and other work as more fully defined in the Contract Documents.

An optional pre-bid conference is scheduled at 1:00 pm, March 12, 2025 at:

Anacortes Airport

4000 Airport Road

Anacortes, WA  98221

All potential bidders are encouraged to attend this conference.

The Project will be awarded to the lowest responsive and responsible bidder.  The Port of Anacortes reserves the right, in its sole discretion and without liability therefore, to reject any and all bids, to waive any irregularities or informalities in the bid or in the bidding process, or to re-bid the Project. No bidder may withdraw its bid after the hour set for the opening of bids. All questions regarding the Project must be submitted by email to the Port’s Project Engineer at DOWL – Wes Holden, wholden@dowl.com with the subject line referencing “Bid Inquiry – Runway 18-36 Lighting Improvements”.

The bid must be accompanied by a Bid Guaranty in the form of a certified check, cashier’s check, or bid bond (issued by an authorized surety company) and made payable to the Port of Anacortes in an amount not less than five percent (5%) of the Total Bid Amount. The check or bid bond shall be given as a guaranty that the Bidder will execute the Contract included herein and that the Bidder, as the Successful Bidder, will within ten (10) days after notification of the award of the Contract, provide to the Port (i) a Certificate of Insurance; (ii) a Declaration of Option for Management of Statutory Retained Percentage; (iii) a Contract Bond; and (iv) a Statement of Intent to Pay Prevailing Wages as specified in the Contract Documents.

This project is subject to the higher of Washington State Labor & Industry wage rates or Federal Davis-Bacon Prevailing Wage rates. Additional Davis-Bacon requirements are included in the Contract Documents.

Bidders are subject to federal Debarment and Suspensions requirements as detailed in the Contract Documents.

 

NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY

(41 CFR PART 60-4)

1. The Offeror’s or Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth herein.

2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor’s aggregate workforce in each trade on all construction work in the covered area, are as follows:

Timetables

Goals for minority participation for each trade:          6.1%

Goals for female participation in each trade:             6.9%

These goals are applicable to all of the Contractor’s construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non-federally involved construction.

The Contractor’s compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor’s goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed.

3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed.

4. As used in this notice and in the contract resulting from this solicitation, the “covered area” is Anacortes, Skagit County, Washington.

 

TITLE VI SOLICITATION NOTICE

(49 USC §47123, FAA ORDER 1400.11)

The Port of Anacortes, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that for any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award.

 

DISADVANTAGED BUSINESS ENTERPRISE

(49 CFR Part 26)

The DBE goal for this project is 8.21% of the total contract amount. The Owner has determined that it is appropriate to use a race/gender conscious goal. The Owner’s award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR § 26.53.

As a condition of responsiveness, the Bidder or Offeror must submit the following information with its proposal on the forms provided herein:

  1. The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract;
  2. A description of the work that each DBE firm will perform;
  3. The dollar amount of the participation of each DBE firm listed under (1);
  4. Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under (1) to meet the Owner’s project goal
  5. Written confirmation from each listed DBE firm that it is participating in the contract in the kind and amount of work provided in the prime contractor's commitment; and
  6. If Bidder or Offeror cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR part 26. The documentation of good faith efforts must include copies of each DBE and non-DBE subcontractor quote submitted to the bidder when a non-DBE subcontractor was selected over a DBE for work on the contract.

FEDERAL FAIR LABOR STANDARDS ACT

(29 USC § 201, et seq, 2 CFR § 200.430)

All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, et seq, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers.

The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division.

 

TRADE RESTRICTION CERTIFICATION

(49 USC § 50104, 49 CFR Part 30)

By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror –

                1. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR);
                2. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and
                3. has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR.

This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 1001.

The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances.

Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR § 30.17, no contract shall be awarded to an Offeror or subcontractor:

        1. who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or
        2. whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or
        3. who incorporates in the public works project any product of a foreign country on such USTR list.

Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous.

This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA.

 

END OF CLAUSES

Buy American Preference, Civil Rights – Title VI Assurances, Davis-Bacon Requirements, Debarment and Suspension, Lobbying and Influencing Federal Employees, and Procurement of Recovered Materials are hereby incorporated by references. These certifications are included in the Contract Document.

The award of the Contract is subject to approval of the Federal Aviation Administration and availability of federal funds. A portion of the Contract will not be awarded until federal funds have been secured. This may take a period of up to 90 – 120 calendar days from bid opening.

Brad Tesch, Project Manager

Port of Anacortes

Closing Date: 
Tuesday, March 25, 2025
Organization: 
Port of Anacortes
Point of Contact: 
wholden@dowl.com