You are here

Home » East Taxilane Pavement Rehabilitation and Apron Reconfiguration Bowers Field, Ellensburg, WA

East Taxilane Pavement Rehabilitation and Apron Reconfiguration Bowers Field, Ellensburg, WA

Sealed proposals will be received for the East Taxilane Pavement Rehabilitation and Apron Reconfiguration project, addressed to Airport Manager, Josh Fredrickson, 411 North Ruby Street, Suite #1, Ellensburg, WA 98926 until 10:00 am local time on March 28, 2024, and then will be publicly opened and read. Bids received after the time fixed for the opening will not be considered.

A pre-bid meeting will be held at the project site (meeting location 1/4 mile east of the intersection of W Bowers Rd and Piper Rd) at 1:00 pm, local time March 21st, 2024 for those interested contractors, subcontractors, and suppliers.

The project consists of, but is not limited to, crack sealing of asphalt and concrete pavements, seal coating, and pavement marking. Plans, Contract Documents and Specifications and any addenda are available at www.questcdn.com Project #9002911.
You may download digital copies of the Bidding Documents (including any Addenda) from QuestCDN at www.questcdn.com upon payment of twenty two ($22.00).
Log on to the website and enter Quest Project #9002911.
Should you need assistance with this process, please contact QuestCDN at 952-233-1632. Partial sets of Bidding Documents will not be available from the Issuing Office. Bids will only be accepted from those registered QuestCDN plan holders. All questions regarding this project should be directed to the Engineer at sstephens@jub.com. Each bid must be accompanied by a certified check, cash, cashier's check, or bid bond in an amount not less than 5% of the total bid.

CIVIL RIGHTS – TITLE VI
Kittitas County, 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, [select businesses, or disadvantaged business enterprises or airport concession 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.
The proposed contract is also under and subject to the following federal clauses:
• Affirmative Action,
• Government-wide Debarment and Suspension
• Government-wide Requirements for Drug-free Workplace
• Foreign Trade Restrictions
• Buy American Preference
• Disadvantage Business Enterprise Requirements as follows:
The Owner’s award of this contract is conditioned upon Bidder satisfying the good faith effort requirements of 49 CFR §26.53.
As a condition of bid responsiveness, the Bidder must submit the following information with their 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. The successful Bidder must provide written confirmation of participation from each of the DBE firms the Bidder lists in their commitment. This Bidder must submit the DBE’s written confirmation of participation with the proposal documents as a condition of bid responsiveness.

All required Federal Clauses including the labor provisions, and wage rates are included in the specifications and bid documents. All Federal Clauses and Wage shall be included in all subcontracts. Each bidder must supply all of the information required by the bid documents and specifications.

This project includes Federal funds and is subject to the wage provisions of the Washington State Public Works Laws, Federal Davis-Bacon, and related acts. Payments to the Contractor will not made unless Intent to Pay Prevailing Wages have been filed and approved for the Prime Contractor and all subcontractors. Each bidder shall furnish the Statement of Bidders Pre-Qualifications to the OWNER with satisfactory evidence of his competency to perform the work contemplated with the bid.

Kittitas County reserves the right to reject any and all proposals, waive any informalities, or irregularities, postpone the award of the Contract for a period not to exceed One Hundred Twenty (120) days, and accept the proposal that is in the best interest of the Kittitas County. The award of the Bid is contingent upon the receipt of Federal funding.

Closing Date: 
Thursday, March 28, 2024
Organization: 
Kittitas County
Point of Contact: 
sstephens@jub.com