About Us

Projects

People

Trade Partners

Trade Partners Bid

Pullman‑Moscow Airport BP #5 – Kitchen Equipment

Project

Pullman-Moscow Regional Airport Terminal Relocation/Replacement

Client

Pullman-Moscow Regional Airport

Location

Pullman, WA

Bids Due

Monday 03/20/2023 2 pm

Bid Documents

Visit securecc.smartinsight.co

TERMINAL RELOCATION / REPLACEMENT PULLMAN-MOSCOW REGIONAL AIRPORT

BID PACKAGE: #5 – KITCHEN EQUIPMENT

BIDS DUE: MARCH 20, 2023 AT 2:00 PM

REQUEST FOR PROPOSALSHoffman Construction Company, General Contractor/Construction Manager (“GC/CM”) for Terminal Relocation / Replacement Pullman-Moscow Regional Airport (“Project”) being performed for Pullman-Moscow Regional Airport (“Owner”) requests sub-bid proposals for Bid Package#5 – Kitchen Equipment.

Proposals shall be emailed to arrive at Hoffman Construction Company of Washington, Email BIDS@hoffmancorp.com, no later than 2:00 p.m., March 20, 2023. Bids must be complete and clearly labeled: “Bid Package: #5 – Kitchen Equipment, Terminal Relocation / Replacement Pullman-Moscow Regional Airport” and include Bidder’s name and address.  There will be a public opening of bids at 2:30 pm via Microsoft Teams on March 20, 2023.  You main join utilizing the following link.  The names of all bidders, bid amount and addenda acknowledged will be announced.

Click here to join the meeting

Meeting ID: 284 936 939 033Passcode: 7yvco9

Download Teams | Join on the web

Or call in (audio only)

+1 971-337-2364,,732571054#   United States, Portland

Phone Conference ID: 732 571 054#

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 faxed 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.

A completed Subcontractor/Vendor Questionnaire including latest year-end safety and financial information must accompany the proposal unless previously submitted.  Questionnaire may be attached as a separate file or submitted separately.  Elaborate proposals or the inclusion of non-essential information e.g. marketing/promotional material, safety manuals, resumes, etc. is strongly discouraged.  Proposals that are materially incomplete, do not include current Questionnaire with latest year-end safety and financial information (unless previously submitted), are directed to other locations or received after the bid deadline will not be considered.

Bidders must be licensed with Washington State Department of Labor and Industries at the time of submission of their bids.  Contact Washington State Department of Labor and Industries (Internet http://www.lni.wa.gov) for additional information.

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 Whitman County dated February 25, 2021 and Davis Bacon prevailing wage law rates cited in the following decisions: Building:  Davis-Bacon Act WD #: WA20220042, Highway:  Davis-Bacon Act WD #: WA20220001, Heavy (including sewer and water):    Davis-Bacon Act WD #: WA20220061.   A copy of the applicable prevailing wage rates is available for viewing at Contractor’s office and from the following URL: https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx. Subcontractor is subject to BOTH the State of Washington’s Prevailing Wage Rate and Federal Davis-Bacon Act and shall pay workers the higher wage of the two rates

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 GC/CM are committed to promoting and stimulating the growth of minority business enterprises, women business enterprises and disadvantaged business enterprises (M/W/DBE) firms and maximizing the opportunities for state of Washington certified M/W/ESB firms to participate in the work of this project. The Pullman-Moscow Regional Airport Board has established a DBE contract goal for this contract. The Bidder/Offeror shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26, to subcontract 4.7% of the dollar value of the prime contract to certified DBE firms as defined in 49 CFR Part 26. All bidders shall submit the information required with their proposal on the forms provided in the RFP.

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.  HOFFMCC164NC.

Pre-Bid Information

Location

NO PRE-BID

Bid Information

CSI Divisions

11 40 00

Contact

David-Shourd@hoffmancorp.com