You are here

Home » Tenino AG Park Pre-engineered Metal Building

Tenino AG Park Pre-engineered Metal Building

Sealed proposals for furnishing all materials, labor and equipment for the following described work will be received by Thurston Economic Development Council (EDC) 4220 6th Avenue SE Lacey, WA 98503 until February 2, 2023, at 1:30 p.m. At this time, proposals will be publicly opened and read aloud. Bid proposals must be submitted in a sealed opaque envelope clearly marked with the project title and name and address of the proposer. Proposals received after 1:30 p.m. will not be considered. An award of a contract for Pre-Engineered Metal Building is anticipated to be made within 30 days of proposal opening. The EDC reserves the right to extend the period of proposal consideration subject to the ability of a proposer to withdraw its proposal if such an extension is implemented.

Project Description:

Thurston EDC is requesting proposals to FURNISH and ERECT an approximate 7,200 SF pre-engineered metal building located at the SW WA Agricultural Business & Innovation Park 16402 Old Hwy 99 SE Tenino WA 98589, per the specifications, and shall include all materials, prevailing wage labor, equipment and tools as required.

Prospective Bidders must purchase contract documents through Quest Construction Data Network (QUESTCDN). This can be done at www.gibbs-olson.com or the QUESTCDN Website (www.questcdn.com). QUESTCDN is a web-based platform for construction project advertisements, bid documents distribution and plan holder lists. Prospective bidders will need the seven-digit QUESTCDN project number (8375396) to locate the job on the QUESTCDN website search page. There is a $22.00 non-refundable cost for downloading the contract documents in a pdf format. Bids will not be accepted from any prospective bidder who has not purchased contract documents through QUESTCDN.

It is the sole responsibility of each Bidder to learn of Addendum, if any. Such information may be obtained from the QUESTCDN website. Bidders are encouraged to “Register as Bidder” in order to receive automatic email notification of future addenda and be placed on the “Bidders List”. The Thurston EDC accepts no responsibility or liability and will provide no accommodation to Bidders who fail to check for addendums and submit inadequate or incorrect responses.

Upon award of the contract, a performance and payment bond meeting the requirements of the “Instructions to Bidders” will be required. Progress payments will be made in accordance with the “General Conditions.” The contract is subject to the higher of the prevailing state or federal wage rates and Retainage (5%) will be held until releases are received from the Dept. of Labor & Industries and the Dept. of Revenue. The federal wage determination is attached.

Any technical questions regarding the contract documents should be directed to the consulting engineer, Gibbs & Olson, Inc., attention Mike Marshall at (360) 352-1120 or mmarshall@gibbs-olson.com.

A pre-bid conference will not be held.

An original of the proposal and supporting documents must be submitted in response to the RFP. All Proposals must be submitted on the regular bid proposal forms furnished with the Contract Documents, and each must be accompanied by a cashier’s check, postal money order or surety bond, by a bonding company licensed to do business in the State of Washington, made payable to Thurston EDC in an amount not less than five percent (5%) of the total bid. The bid security ensures a firm commitment that the bidder will execute contract documents upon acceptance of the bid.

No Proposer may withdraw their proposal after the time set for the opening thereof, or before award of contract, unless said award is delayed for a period exceeding 30 days.

The EDC, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 23 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The EDC encourages small, minority and women-owned firms to submit bids consistent with the EDC’s policy to ensure that such firms are afforded the maximum practicable opportunity to compete for and obtain public contracts.

The Contractor will be required to comply with all local, State, and Federal laws and regulations pertaining to equal employment opportunities. The Contractor must be registered on the Systems Awards Management (SAM) prior to bid of the contract. The Contractor must execute payment and performance bonds for the value of the work prior to executing the contract.

All contracts with a value of ≥ $1,000 shall require that the awarded contractor register with the Department of Homeland Security E-Verify program. Contractors shall have 30 calendar days after the execution of the contract to register and enter into a Memorandum of Understanding (MOU) with the Department of Homeland Security (DHS) E-Verify program. After completing the MOU the contractor shall have up to 90 calendar days to begin using E-Verify and provide a written record on the authorized employment status of their employees and those of any sub-contractor(s) currently assigned to the contract.

The contractor must file intent to pay prevailing wage forms and submit weekly certified payrolls.

The Thurston EDC reserves the right to accept that Bid which appears to serve the best interests of the Thurston EDC, waive informalities, or reject any or all proposals.

Click here to access the bid documents:

https://qcpi.questcdn.com/cdn/posting/?projType=all&provider=1862394&group=1862394

Closing Date: 
Thursday, February 2, 2023
Organization: 
Gibbs & Olson, Inc.
Point of Contact: 
mmarshall@gibbs-olson.com