ClassifiedsMarketplace
Logo
  • Classifieds
  • Contact Us
  • Sign In
  • Register
  • Place Ad
    • Obituary
    • Legal
    • Recruitment
    • Classified
    • Celebration
    • Retail

  1. Home
  2. Legals
  3. Legals & Public Notices

PIERCE COUNTY PLANNING & PUBLIC WORKS CALL FOR BIDS RUNWAY RECONSTRUCTION PROJECT PIERCE COUNTY AIRPORT – THUN FIELD Project Name: Runway Reconstruction Project Bid No.: 2026-MPW-101 Cost Range: $12,000,000 Working Days: 105 Plans, specifications, and addenda, for this project are available through the Pierce County Procurement and Contract Services website. Access is provided by going to http://www.piercecountywa.gov/CurrentSolicitations and registering to view all project information, bid clarification and email notification of future addenda .It is the sole responsibility of the Bidder to obtain Addenda, if any. Addenda information will be available on the Pierce County Procurement and Contract Services website. Pierce County accepts no responsibility or liability and will provide no accommodation to bidders who fail to check for Addenda and submit inadequate or incomplete proposals.No Pre-Bid Meeting will be held. Bid Opening Time and Date: 1:00 P.M., WEDNESDAY, APRIL 29, 2026 Bids received after 1:00 p.m. on this date will not be considered. Each Proposal (including all required attachments) shall be submitted to Pierce County by one of the following methods:1. Electronically upload Bid Documents via http://opengov.com. Instructions for uploading Bid Documents are located in the "Bid Number" under the "Bid Documents" tab. This is the preferred method.2. Deliver hard copy Bid Documents in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. Deliver to: Pierce County Finance Procurement Office 1501 Market Street, Suite 420 Tacoma, WA 98402 Proposals will be opened and publicly read via webcast 30 minutes after the time indicated above unless the Bid Opening has been delayed or canceled. The link for the webcast will be posted on Pierce County's website at http://www.piercecountywa.gov/CurrentSolicitations prior to the bid opening. State Sales Tax – WAC 458-20-170 – Use TaxThe Contractor shall collect Washington State Retail Sales Tax on the full contract price. The contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170. SCOPE OF WORK: Schedule A – Base Bid – Runway 17-35 Reconstruction This work consists of full-depth reconstruction and widening of Runway 17-35, removing and relocating Connector Taxiways A4 and B1, constructing an asphalt mill and overlay of Connector Taxiways A1, A2, A3 and A5, installing new subsurface edge drains, infiltration pipes, runway edge and threshold lights, lighted runway signing, Precision Approach Path Indicators, Runway End Identifier Lights, relocating the segmented circle and replacing the primary wind cone, and applying pavement markings to the reconstructed runway and connector taxiways. Schedule B – Bid Additive 1 – Obstruction Removal This work consists of clearing existing on-site trees and brush obstructions from the primary and transitional surfaces and clearing and grubbing trees and brush from the Automated Weather Observation System critical area. Schedule C – Bid Additive 2 – Hangar Electrical Upgrades This work consists of replacing interior wiring, receptacles, interior lighting, and exterior lighting in Hangar A (16509), Hangar B (16513), Hangar C (16517), and Hangar E (16525). TITLE VI SOLICITATION NOTICE Pierce County Planning & Public Works, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4), 28 CFR § 50.3, and 49 CFR Part 21, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, all contractors will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of the owner's race, color, national origin, sex, creed, age, or disability in consideration for an award. Disadvantaged business enterprise - The requirements of 49 CFR Part 26 including any amendments thereto apply to this contract. It is the policy of Pierce County to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. FEDERAL FAIR LABOR STANDARDS ACT - All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR Part 201, et seq, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers. The Contract has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division. Trade RESTRICTION Certification - By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror – is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR). 1. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and 2. has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR § 30.17, no contract shall be awarded to an Offeror or subcontractor: who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. Prohibition of Covered Unmanned Aircraft Systems (UAS)- The Bidder or Offeror certifies that they are aware of and comply with relevant Federal statutes and regulations, including those from the Federal Aviation Administration (FAA), for operating unmanned aircraft systems (UAS) in accordance, and in compliance with all related requirements in the FAA Reauthorization Act of 2024 (Public Law 118-63), section 936 (49 U.S.C. § 44801 note). Contractor warrants that all UAS operations will be conducted in full compliance with all applicable Federal Aviation Administration (FAA) regulations, including but not limited to 14 CFR Part 107, and any other applicable local, state, or Federal laws and regulations. Sponsors and subgrant recipients cannot use AIP grant funds to enter into, extend, or renew a contract related to covered unmanned aircraft systems (UAS). This includes both procurement and operational contracts, as well as contracts with entities that operate such systems. END OF CLAUSES Buy American Preferences, Civil Rights – Title VI Assurances, Davis Bacon Requirements, Debarment and Suspension, Lobbying Federal Employees, and Recovered Materials certifications are hereby incorporated by references. These certifications are included in the Contract Document W00000000 Apr 8,15,22 2026
Post Date: 04/08 12:00 AM
Refcode: #IPL0328758 
Print
  • COPYRIGHT
  • PRIVACY POLICY
  • TERMS OF SERVICE
iPublish® Marketplace powered by iPublish® Media Solutions © Copyright 2025