You are here

Home » Yakima Air Terminal Phase 1A Upgrades

Yakima Air Terminal Phase 1A Upgrades

INVITATION FOR BID Sealed proposals will be received for the Yakima Air Terminal Phase 1A Upgrades project, addressed to the City of Yakima, 129 North 2nd Street, Yakima, WA 98901 until 2:00 pm local time on August 1st, 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 Yakima Air Terminal – McAllister Field, 2406 W. Washington Ave., Suite B, Yakima, WA 98903 at 10:30 am local time, on July 23rd, 2024 for those interested contractors, subcontractors, and suppliers.

The project consists of, but is not limited to roofing replacement, building structural improvements, HVAC upgrades/replacement, sprinkler system modifications, and electrical improvements. Plans, Contract Documents and Specifications and any addenda are available at www.questcdn.com Project #9215305.
You may download digital copies of the Bidding Documents (including any Addenda) from QuestCDN at www.questcdn.com.
Log on to the website and enter Quest Project #9215305. 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 The City of Yakima, 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.
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. 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. The City of Yakima 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 City of Yakima. The award of the Bid is contingent upon the receipt of Federal funding.

Closing Date: 
Thursday, August 1, 2024
Organization: 
City of Yakima
Point of Contact: 
sstephens@jub.com