Washington DES LCM Newhouse Building Replacement Project
Hoffman Construction Company, General Contractor/Construction Manager (“GC/CM”) for Washington State Department of Enterprise Services - LCM - Newhouse Building Replacement Project (“Project”) being performed for Department of Enterprise Services Facility Professional Services (“Owner”) requests sub-bid proposals for Bid Package #5 - All Other Work. This bid package includes the following: Install Precast, Steel, Roofing, Architectural Metals, Finish Carpentry & Casework, Doors, Frames & Hardware, Fiberglass Windows, Glazing, Drywall, Insulation & Ceiling Systems, Tiling, Terrazzo, Flooring, Painting, Signage, Toilet Compartments, Specialties, Window Shades, Fabricated Structures, Paving, Site Concrete, Landscaping, Fencing and Stone Facing.
A non-mandatory, but strongly encouraged, pre-bid meeting has been scheduled for 1:00 p.m., April 18, 2023 (via Teams). Attendees may join the meeting from your computer, tablet or smartphone. If you have not used the Teams platform previously, it is recommended you allow plenty of time to download the software and log into the meeting.
Join on your computer, mobile app or room device
www.hoffmancorp.com/trade-partners for link to pre-bid
Bidders are encouraged to attend the pre-bid meeting in order to acquaint themselves with the local conditions under which the work is to be performed and to correlate personal observations with the requirements of the Contract Documents.
This is a prevailing wage project. Bidders must comply with requirements of the prevailing wage law in RCW Title 39 Public Contracts and Indebtedness and RCW Title 49 Labor Regulations. Workers must be paid not less than the Washington State Prevailing Wage Rates for Public Works Contracts in Thurston County, effective October 5, 2021. A copy of the applicable prevailing wage rates is available for viewing at GC/CM’s office and from the following URL: https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx
A BID BOND in the form of a surety bond, cashier’s check or certified check in an amount equal to five percent (5%) of the bid must be attached to bids in excess of three hundred thousand dollars ($300,000). BID BOND shall be payable to Hoffman Construction Company of Washington. Bond may be emailed providing the original Bid Bond is delivered no later than the next business day. Failure to provide BID BOND with bid shall render bid non-responsive.
FIBERGLASS WINDOWS, DRYWALL, INSULATION & CEILING SYSTEMS, SPECIALTIES and FABRICATED STRUCTURES BIDDERS: Bidders are hereby advised that an affiliate of Contractor intends to submit a proposal for the Fiberglass Windows (Bid Item #8), Drywall, Insulation and Ceiling Systems (Bid Item #11), Specialties (Bid Item #18) and Fabricated Structures (Bid Item #20) in response to this RFP. All bidders submitting bonds on any of these items MUST submit bids as follows:
Prior to 2:00 PM, May 2, 2023.
Department of Enterprise Services
1500 Jefferson St. SE, Olympia, WA 98501
Attn.: Courtney Brush, Contract Specialist
Hand Deliver between the hours of 12:00 PM, and prior to 2:00 PM, on May 2, 2023 only to:
Dept. of Enterprise Services
1500 Jefferson St. SE, Olympia, WA 98501
Attn.: Courtney Brush, Contract Specialist
(Secure bid box in building lobby)
BIDDERS MUST UTILIZE THE SPECIFIED PROPOSAL FORM and be submitted as a single file (less than 10MB) to BIDS@hoffmancorp.com, no later than 2:00 p.m., May 2, 2023.
There will be a public opening of bids. Bids will be opened in the presence of the Owner’s Representative at 2:15 pm via Teams on May 2, 2023. You main join utilizing the following link. The names of all bidders, bid amount and addenda acknowledged will be announced.
Join on your computer, mobile app or room device
See www.hoffmancorp.com/trade-partners for link to bid opening.
Refer to proposal documents for complete proposal requirements and additional information. Proposal documents may be examined at local plan centers, viewed and/or downloaded without charge at www.hoffmancorp.com/trade-partners.
Owner and Contractor are committed to promoting and stimulating the growth of disadvantaged business enterprises, minority business enterprises, women business enterprises and veteran owned businesses and maximizing opportunities for these firms to participate in the work of this project. Subcontractor shall endeavor to utilize such firms through sub-tier contracting and/or material purchases and shall provide documentation of their good faith efforts and achievements. Goals are:
- 10% Minority Owned Business certified by the Washington State Office of Minority and Women Business Enterprises
- 6%, Women Owned Business certified by the Washington State Office of Minority and Women Business Enterprises
- 5% Veteran Owned Business certified by the Washington State Department of Veterans Affairs
- 5% Washington Small Businesses self-identified in the Washington Electronic Business Solution https://www.des.wa.gov/services/contracting-purchasing/doing-business-state/webs-registration-search-tips (WEBS)
A Contractor Controlled Insurance Program (“CCIP”) for on-site operations is being provided for general liability.
GC/CM is an equal opportunity employer and request bids from all qualified firms including disadvantaged, minority, women, disabled veterans and emerging small business enterprises. CCB License # HOFFMCC164NC.