Bremerton National Airport Roof Retrofits

#02-25-20039

INVITATION FOR PROPOSAL #02-25-20039

Bremerton National Airport Roof Retrofits

NOTICE IS HEREBY GIVEN that the PORT OF BREMERTON is hereby seeking proposals for public works contract work for the construction of roof overlay system retrofits for multiple buildings within the Bremerton National Airport Property.

SCOPE AND NATURE OF WORK: Construction consists of the contractor providing and installing a Varco Pruden Thermalblock™ roof overlay system on Hangar 5, Hangar 6, and the Airport Maintenance Shop. Hangars 5 and 6 are considered the base bid and the Airport Maintenance Shop building is an add-option alternate if the Port’s budget allows for it to be included in the bid award. The Port reserves the right to award the base bid and no alternate, or the base bid plus alternate based on funding availability. The project is estimated at $390,000-$435,000 for all three buildings.

All solicitation documents, attachments, and addenda (if issued), and bid tabulation will be posted online at https://www.portofbremerton.org/bids-contracts. It is the bidder’s responsibility to check if any addenda have been issued online prior to submitting a bid.

The project schedule is as follows:

Legal Advertisement                                                                          04/16/2026

Pre-Bid Conference (TEAMS online)                                                04/20/26 @ 2:00 PM

Questions due                                                                                     04/27/26 @ 4:00 PM

Addenda deadline                                                                              05/04/26 @ 4:00 PM

Bid Opening                                                                                         05/15/26 @ 10:00 AM

Commission Bid Award                                                                      05/26/26

Contract signed/bond due/Notice to Proceed                                06/01/26

 

A pre-bid conference (virtual) will take place on April 20, 2026 at 2:00 PM. To participate, join by phone by dialing +1 917-933-5579, Phone conference ID: 831 295 802#. The meeting is also accessible by joining online by visiting https://www.microsoft.com/en-us/microsoft-teams/join-a-meeting with Meeting ID: 285 546 819 955 445  and Passcode: cA7aE9eP.

 

PROPOSAL SUBMITTAL INFORMATION AND SITE VISIT: Submit proposals by 10:00 AM on Friday, May 15, 2026 to: Port of Bremerton, Cole Barnes, Airport Manager, 8850 SW State Hwy 3, Bremerton, Washington 98312. Electronic proposals as not accepted. Bid prices will be publicly read following the proposal submission deadline at deadline at Airport Terminal Conference Room, 8850 SW State Hwy 3, Bremerton, WA 98312. The bid opening will also take place virtually. To participate, join by phone by dialing +1 917-933-5579, Phone conference ID:  455 206 665#. The meeting is also accessible by joining online by visiting https://www.microsoft.com/en-us/microsoft-teams/join-a-meeting with Meeting ID: 249 997 484 536 054  and Passcode:h3gC22Qn.

 

For a site visit contact Cole Barnes, Airport Manager at 360-813-0828, coleb@portofbremerton.org 

CONTRACT ISSUES: This work is considered a public work contract under RCW Chapter 39. The successful contractor will be required to execute a short form contract with the Port. Among other requirements, Port public works contracts are subject to the following: 

  1. Prevailing Wage Provision: The workers of all contractors and subcontractors on all Port "public works" as defined by RCW 39.04.010, shall be paid the "prevailing rate of wage" including "usual benefits" and overtime, paid in the locality as those terms are defined by Chapter 39.12 RCW. The contractor is responsible for obtaining and completing all required government forms and submitting same to the proper authorities. In accordance with RCW 39.12.030, applicable prevailing wage rates can be found online at http://www.lni.wa.gov/TradesLicensing/PrevWage/WageRates/default.asp.
  2. Retainage: By state law, the Port is required to retain five percent (5%) of the total contract amount for 30 days after final acceptance or until required state certificates of release are provided to the Port, whichever date is later.
  3. Bond Requirements: The entity submitting the successful proposal will be required to deliver to the Port prior to contract signing a satisfactory performance bond in an amount equal to one hundred percent (100%) of the contract price. On contracts of one hundred fifty thousand dollars ($150,000) or less, the contractor may, in lieu of the bond, allow the Port to retain ten percent (10%) of the contract amount for up to 30 days following the date of final acceptance or until the retainage mentioned in B. above can be released as provided by law, whichever date is later.
  4. Insurance. Contractor agrees to obtain at its own cost and expense, public liability insurance with combined bodily injury and property damage limits in the amount of $1,000,000 in a form satisfactory to the Port of Bremerton, naming the Port as an additional insured. Such insurance shall not be diminished or rescinded without first giving the Port thirty (30) days written notice.

BIDDER RESPONSIBILITY CRITERIA The contract will be awarded to the party submitting the "lowest responsible proposal," subject to any products and/or vendor preferences provided by applicable Washington State laws, taking into consideration the quality of the articles proposed to be supplied, their conformity with specifications, and the purposes for which required. The Port may reject any and all proposals.

In determining "lowest responsible proposal," in addition to price and other factors outlined above, the following criteria are used in determining the lowest responsible proposal:

  1. At the time of bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW;
  2. Have a current state unified business identifier number;
  3. If applicable, have industrial insurance coverage for the bidder's employees working in Washington as required in Title 51 RCW; an employment security department number as required in Title 50 RCW; and a state excise tax registration number as required in Title 82 RCW;
  4. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3);
  5. Have completed or be exempt from the L&I required public works training per 39.04.350 and RCW 39.06.020,
  6. Within the three-year period immediately preceding the date of the bid solicitation, not have been determined by a final and binding citation and notice of assessment issued by the department of labor and industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of chapter 49.46, 49.48, or 49.52 RCW.
  7. SUPPLEMENTAL BIDDER RESPONSIBILITY CRITERIA
  8. Satisfactory completion of projects of similar size or scope within the past three years.
  9. Availability of contractor to complete the work within the number of days bid and start the project within 10 days of receiving a Notice to Proceed.
  10. Quality and timely performance on any previous contracts with the Port of Bremerton.
  11. Ability to work with Varco Pruden representatives to become a certified installer. If submitting approval of an equal product, contractor must be an approved installer by the manufacturer of the alternate product.

If a bidder is determined to be non-responsive, the bidder will be notified by the Port in writing (electronic) as to the deficient criteria and allowed two working days to appeal the Port’s determination in writing.

Failure to properly complete this form may cause rejection of proposal.

 

To download the full solicitation and any addenda or related documents, download the associated documents from this page (.pdf format links above). The Port does not post documents on any third party website or plan room for this solicitation.