Bids are due by 11 AM, Tuesday, November 7, 2024. Prevailing Wages Are Required To Be Paid. Bids are due by 11 AM, Friday, September 27th, 2024. This bid is classified as a Public Works Project and must comply with all applicable state and federal laws governing Public Works contracting.
PROJECT TITLE:  NMRFA STATION 21 SOLAR AND STORAGE
Published: October 15th, 2024
Description of Work
This contract provides for the installation of a turn-key photovoltaics (PV) Solar Panel and Storage Project on the North Mason Regional Fire Authority’s (NMRFA) Station 21, located in Belfair, WA. This project involves the installation of a complete 124.5-kW photovoltaic system and 440 kWh of emergency storage with batteries. The contractor will be responsible for developing detailed design and engineering plans, specifying solar panels, inverters, mounting structures, and necessary electrical components, and adhering to state and local building codes and regulations.
The current roof of NMRFA Station 21 is a metal roof that was installed in 2021. The building will be occupied at all times during construction.
Interested contractors must provide three (3) examples of similar solar power systems designed for and installed on structures similar to NMRFA Station 21, that they have completed in the last five (5) years. Please provide reference information and a brief description for the three projects. With these examples, please demonstrate your understanding of installing similar materials listed in the bid packet proposal.
All work, equipment, and materials shall conform to the 2024 Washington State Standard Specifications and most current IBC Chapter 15.
The NMRFA Station 21 Solar and Storage Project is supported with funding from Washington’s Climate Commitment Act. The CCA supports Washington’s climate action efforts by putting cap-and invest dollars to work reducing climate pollution, creating jobs, and improving public health. Information about the CCA is available at www.climate.wa.gov
Project Location:
The work will occur at the North Mason Regional Fire Authority, Station 21, located at 490 NE Old Belfair Hwy, Belfair, WA 98528.
Site Visit:
A pre-bid meeting will be held on Thursday, October 24th, 2024, at 11:00 am at the project site. Prospective bidders are encouraged to participate. Attendance at the pre-bid conference is voluntary and the NMRFA will not maintain a record of attendance.
Addenda:
Bidders are responsible to check the NMRFA website at https://northmasonrfa.com for the issuance of any addenda prior to submitting a bid. Acknowledgement of any issued addenda is required.
Bid Submittal:
Bids must be submitted on the enclosed Proposal and be completed in the itemized format for each item of work and material required to produce the finished product(s).
Bids must be emailed to Scott Cooper, Assistant Fire Chief, at [email protected] No later than the bid date and time listed above.
A formal bid opening will be held on November 12, 2024, at 11 AM PST. Upon selection of a contractor, a summary of all bids received for this project will be sent to contractors submitting a proposal and will be made available on the NMRFA website at https://northmasonrfa.com.
Prevailing Wages:
This project is subject to all provisions of RCW 39.12. A copy of the applicable prevailing wage schedule will be furnished upon request or can be obtained at Labor and Industries website at
No payment shall be issued until the NMRFA receives a “Statement of Intent to Pay Prevailing Wages” form, approved by the State Department of Labor and Industries from the Contractor and every Subcontractor performing work on the site.
No release of retainage will be made until 45 days after the NMRFA receives an “Affidavit of Wages Paid” from all contractors performing work on the site; receipt of releases from the Department of Revenue, Department of Labor & Industries, and the Employment Security Department; and settlement of any liens filed under Chapter 60.28 RCW, whichever is later.
Industrial Insurance (Workers Comp):
All Contractors and Subcontractors are required to pay industrial insurance for all employees involved in the performance of the work described herein. Failure to pay will be a breach and justify a demand on the contract bond. This obligation survives final acceptance. Industrial Insurance rates may be found on the web at http://www.lni.wa.gov/ClaimsIns/Insurance/RatesRisk/default.asp.
Insurance:
Contractor shall procure and keep in force during the term of this contract Commercial General Liability insurance on an occurrence basis in an amount not less than $2,000,000 per occurrence and at least $2,000,000 in the annual aggregate, including but not limited to premises/operations (including off-site operations), blanket contractual liability and broad form property damage. Prior to the Contractor performing any work under this contract, Contractor shall provide the NMRFA with a Certificate of Insurance evidencing the insurance required and, by endorsement to Contractor’s liability policies, naming the North Mason Regional Fire Authority, its officers, employees and agents as Additional Insureds.
The Contractor agrees to repair and replace all property of the NMRFA, and all property of others damaged by itself, its employees, and subcontractors, and agents during the course of the construction.
It is understood that the whole of the work under this contract is to be done at the Contractor’s risk and that the Contractor has familiarized itself with the conditions of building type and material, including height, excavation, backfill, materials, climatic conditions, and other contingencies likely to affect the work and has made its bid accordingly and that Contractor is to assume the responsibility and risk of all loss or damage to materials or work which may arise from any cause whatsoever prior to completion.
Bid Award:
The contract for this project will be awarded to the lowest responsible bidder based on the quoted price; the bidder’s ability, capacity, and skill to perform the required work within the specified time; the quality of the bidder’s performance of previous contracts or services; and the bidder’s compliance with laws relating to the contracts or services.
The NMRFA shall issue a contract to the successful bidder. Work may proceed when the
following conditions have been met:
•             The contract has been fully executed by both parties
•             A Certificate of Insurance together with a CG2010 endorsement of equivalent has been found         acceptable by the NMRFA Attorney
•             A Contract Bond has been executed
•             A Statement of Intent to Pay Prevailing Wages, approved by the State Department of Labor and       Industries has been received from the Contractor and each Subcontractor actively working on         the project.
The NMRFA reserves the right to reject any or all bids, waive technicalities or irregularities and to accept any bid if such action is believed to be in the best interest of the NMRFA.
Retainage:
Pursuant to RCW 60.28, a sum of five percent (5%) of the monies earned by the Contractor will be retained. No release of retainage will be made until 45 days after the NMRFA receives an “Affidavit of Wages Paid “from all contractors performing work on the site; receipt of releases from the Department of Revenue, Department of Labor & Industries, and the Employment Security Department; and settlement of any liens filed under Chapter 60.28 RCW, whichever is later.
Performance & Payment Bond:
The successful Contractor/Vendor must comply with RCW 39.08.010 bonding requirements. If using a Payment and Performance Bond, the Contractor/Vendor shall use the provided forms and submit the bond or other surety for 100% of the bid amount. Copies of Payment and Performance Bonds must be forwarded to all subcontractors, suppliers, and service providers upon request. Submission of copies is not acceptable; original documents with all required seals and signatures are mandatory.
Payment Schedule:
Payment shall be made according to the payment schedule contained in the Bid Item Description.
Time of Completion:
Work shall start ten (10) calendar days after execution of the contract and the issuance of a Notice to Proceed. The work shall be substantially completed on or before December 31, 2025.
Contact Person:
Scott Cooper, Assistant Fire Chief at [email protected] 360-275-6711 Ext. 201