Coeurd' Alene Airport SRE Building
Status
Bidding Closed
Bid Date | 6/4/21 10:00am |
Company & Contacts
Location
CDA Airport, Hayden ID
INVITATION TO BID
I. GENERAL INFORMATION:
1. Project Name: CDA Airport Snow Removal Equipment (SRE) Building
2. Project Location: Coeur d’Alene Airport, Hayden, ID
3. Bid Date & Time: Friday, June 4, 2021 at 10:00AM PST
4. Bid Location:
Coeur d’Alene Airport – Airport Conference Room
10375 Sensor Avenue
Hayden, ID 83835
5. Project Team:
Ryan Smith, Senior Project Manager | Email: rjs@fishercgi.com | Direct: (509) 960‐0561
Thomas Studer, Project Engineer | Email: tas@fishercgi.com | Direct: (509) 899‐3343
Kalee Erickson, Contracts Administrator | Email: kme@fishercgi.com | Direct: (509) 315‐1653
6. Sealed Bid Package(s) must be hand delivered or mailed to the bid location above, no later than
June 4, 2021, by 10:00AM PST. Each proposal must be placed in a sealed envelope plainly marked
with the Project Number #21F032, Scope of Work, Project Location (CDA Airport 10375 Sensor
Avenue, Hayden, ID 83835, and the business and contact name of bidder on the outside.
7. Fisher Construction Group, Inc. will publicly open sealed bids at the bid location immediately
following bid deadline and in the presence of the bidders, or representatives of the bidders. A Go‐
To Meeting will be available to virtually view/listen the bid opening. See Exhibit J: Bid Opening
Schedule & Virtual Publication of Bids.
8. Project Documents are available at the following locations:
Fisher Construction Group, Inc. office 4024 S. Grove Rd, Spokane, WA 99224
The Box: https://fisher.box.com/s/j4e98sbsa9qxudh59wiwmuv5sa90ci6o
Standard Digital Print Co. www.sbprint.com in their plan room.
Spokane Regional Plan Center: https://plancenter.net/
Abadan Public Plan Room: https://www.abadanplanroom.com/
9. This project is tentatively scheduled to begin on September 1, 2021 and complete by May 3, 2022.
See Exhibit D ‐ Schedule for more detail.
II. RFP SCHEDULE
1. May 7, 2021: RFP Launch & Public Bid Issued
2. May 12, 2021: Subcontractor & supplier site walk at 10:00AM PST. See Item 4 above for the
meeting address.
3. May 21, 2021: RFI Deadline
4. June 4, 2021: Public bid opening.
Invitation to Bid
DATE: May 7, 2021
Page | 2
III. CONTENTS OF BID PACKAGE:
1. Invitation to Bid (This Document)
2. Exhibit A: Trade Specific Scope of Work
3. Exhibit B: Supplemental Subcontract Requirements
4. Exhibit C: Document List
5. Exhibit D: Schedule dated May 4, 2021
6. Exhibit E: Insurance Requirements
7. Exhibit F: Bond Requirements
F.1 Subcontractor Qualification Form
F.2 Financial Information Form
F.3 Performance Bond
F.4 Labor & Material Payment Bond
8. Exhibit G: Davis Bacon – Idaho Prevailing Wage Determination
9. Exhibit H: Not Used
10. Exhibit I: Safety Requirements
11. Exhibit J: Schedule of Bid opening & Virtual Publication of Bids
III. PROJECT DESCRIPTION:
Project will complete the construction of a new Snow Removal Equipment (SRE) building off the North
taxilane, to the North of ARFF building. The project will include all sitework to construct the new SRE
building including erosion control, excavation, embankment, subbase course, base course, asphalt
paving, stormwater modification and improvements, utility work, landscaping, fencing, topsoil and
seeding.
IV. SUBCONTRACTORS/MATERIAL SUPPLIER SELECTION PROCESS:
1. Fisher Construction Group, Inc. requests proposals for the work described in this bid package.
2. Fisher Construction Group, Inc. will analyze bids on an equal basis and select the successful bidder
accordingly per the attached FAA requirements.
3. If questions arise during the bid process, please issue a RFI and qualify your proposal accordingly.
4. If awarded the project, Fisher Construction Group, Inc. will issue a purchase order to the selected
material suppliers and a modified AGC Subcontract Form will be issued to the selected
subcontractors.
V. SAFETY:
1. Fisher Construction Group, Inc. is a member of the Association of General Contractors Safety
Team. Safety is a high priority on our projects. All subcontractors shall perform their work in
accordance with the more stringent between OSHA Requirements and of the Fisher Construction
Group Safety Program, which in some areas is more stringent than requirements contained in state
and federal safety guidelines. A copy of the Safety Program is available for review, upon request.
2. Hard hats, safety glasses, and “safety orange” shirts/vests are required to be worn by all persons
at all times while on a Fisher Construction Group, Inc. project site. Novelty Hard hats are deemed
unprofessional, and therefore are forbidden on Fisher Construction Group, Inc.’s Projects.
3. Housekeeping is each contractor’s responsibility.
4. All personnel on the jobsite shall wear a safety harness in any mobile man‐lift, including boom lifts,
scissor lifts, and similar.
Invitation to Bid
DATE: May 7, 2021
Page | 3
5. Trigger heights for requiring a fall protection prevention system will be as follows: 4‐feet except for
scaffolds, leading edge work, and excavations, which will be 10‐feet. This requirement also applies
to steel erection, even when connecting or moving between connection points.
6. Fisher Construction Group, Inc. will have a zero tolerance policy on safety violations for this
project. If in the opinion of the Project Superintendent or Project Manager any individual,
regardless of who the employer is, may be removed from site permanently if the individual is not
in compliance with Fisher Construction Group, Inc. Safety Program and/or WISHA
requirements. This includes wearing hard hats and safety glasses at all times on the
project. Because this is a zero tolerance policy, verbal and/or written warnings will not be given.
7. All personnel on the jobsite are prohibited from using cellular telephones and/or other electronic
devices while driving vehicles, operating machinery or equipment, or at any time when such use is
deemed to be distracting to the user or to others. All subcontractors are advised that the use of a
cellular phone or other device that interferes with the safe performance of their job tasks or the
operation of any motor vehicle or mobile equipment may be grounds for removal from the jobsite,
at the discretion of the Project Superintendent, or Project Manager.
8. Our company policy states that any subcontractor with an EMR greater than 1.10 will be asked to
submit accident information in the form of OSHA 300 and 300A logs for the previous three year
period. After a review of these logs Fisher Construction Group, Inc. may decline to offer a contract
to the subcontractor, or an exception may be made which allows Fisher Construction Group, Inc. to
contract with the subcontractor, provided that the subcontractor’s safety record continues to
improve. Should a subcontractor’s EMR rise to 1.40 or above, Fisher Construction Group, Inc. is
committed to declining to contract with the subcontractor.
9. Bidder acknowledges that it must comply with all safety measures, including trench and shoring
safety, required by applicable state and federal codes and regulations.
VII. SCHEDULE:
1. Time schedules shall be met without exception. Fisher Construction Group, Inc. places high priority
on meeting project schedules and milestone dates.
2. All bidders submitting proposals shall warrant that they are capable of completing the work in the
time allowed.
3. Fisher Construction Group, Inc. will generate a detailed construction schedule prior to the start of
construction. Your input may be required during the development of this schedule.
VIII. GENERAL BIDDING INSTRUCTIONS:
1. All bids are to be lump sum bids.
2. Bidders must complete all sections of the Bid Form.
3. Bidders submitting their proposal warrant that their proposal includes all costs and charges associated
with the work described in this bid package and is complete in all aspects of the project requirements
to include total compatibility with all other portions of work.
4. Be advised that at the discretion of our Project Manager you may be required to complete and return
the Subcontractor Financial Questionnaire and/or provide a Performance Bond for your subcontract.
This will be determined by the dollar amount of your subcontract and/or the exposure your scope of
work inherently creates.
5. Each bidder is responsible to assure that the products and installation of your work scope follows the
requirements of local and federal governing authorities.
6. Submittals and “As‐Built or For Record” drawings may be required for your work.
Invitation to Bid
DATE: May 7, 2021
Page | 4
7. Each subcontractor is responsible for material handling, housekeeping, cleanup, and waste disposal
as it relates to your work.
8. All electrical devices to be UL rated and / or meeting approval of all governing authorities.