Norfolk Naval Shipyard, Portsmouth, Virginia Specification Work Order

Size: px
Start display at page:

Download "Norfolk Naval Shipyard, Portsmouth, Virginia Specification Work Order"

Transcription

1 NAVAL FACILITIES ENGINEERING COMMAND, MID-ATLANTIC 9324 VIRGINIA AVENUE NORFOLK, VIRGINIA POC: LAURA LATHROP, (757) DESIGN-BUILD (DB)/DESIGN-BID-BUILD (DBB), INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION, RENOVATION, ALTERATION, AND REPAIRS FOR GENERAL CONSTRUCTION PROJECTS IN THE HAMPTON ROADS INTEGRATED PRODUCT TEAM (IPT) AREA OF RESPONSIBILITY (AOR) SOLICITATION NO. N R-2511 PROPOSED TASK ORDER FOR: BUILDING 234, REPLACE FREIGHT ELEVATOR NO. 32 NORFOLK NAVAL SHIPYARD PORTSMOUTH, VIRGINIA N D0357 Ashford-Leebcor JV 430 McLaws Circle, Suite 201 Williamsburg, VA POC: Susan Schmidt Phone: N D0358 Civil Works Contracting, LLC 3329 Wrightsville Ave, Suite C Wilmington, NC POC: Christopher D. Scerri Phone: x104 cscerri@civilworkscontracting.com N D0359 The Green-Simmons Company, Inc North W Street Pensacola, FL POC: Nathan Green Phone: Nathan@green-simmons.com N D0360 Rand Enterprises, Inc th Street, Suite 101 Newport News, VA POC: Randy Biagas Phone: Randy.biagas@rei-va.com N D0361 Smart-ATI-KMK JV 16 Whitehall Rd. Ste 6 Rochester, NH POC: Lori Smart Phone: lori@smartati.com N D0362 Tikigaq Construction, LLC 2614 Halls Mill Rd Mobile, AL POC: Stephen B. Christensen, Steve Fields Phone: s: tcnavfacipt@tikigaq.com; schristensen@tikigaq.com; sfields@tikigaq.com

2 RM Norfolk Naval Shipyard, Porstmouth, Virginia Work Order No Part 1 Proposal Forms and Documents DESIGN/BUILD REQUEST FOR PROPOSAL TABLE OF CONTENTS General Requirements Price Proposal Form Wage Determination Document Supplementary Instructions to Offerors Part 2 6 See NAVFAC Design/Build RFP WO #

3 GENERAL REQUIREMENTS NAVFAC Solicitation No.: N R-2511 NAVFAC Design/Build RPF Work Order No.: Title: Building 14, Code 400 Relocation Location of the work: Norfolk Naval Shipyard, Portsmouth, Virginia Description of the work: The work includes design and construction to provide repairs to approximately 13,130 SF of existing administrative office space in Building 14 including the addition of new electrical, data, and communications drops; repair of existing building heating, ventilation, and air-conditioning system, reconfiguration of non-load bearing walls and repair of interior finishes as required, and modification of existing fire sprinkler system to provide coverage for the interstitial spaces within the building, and incidental related work. Time for completion: In accordance with FAR Commencement, Prosecution, and Completion of Work (APR 1984), work shall be completed within 365 calendar days after award Target Award Amount for Design and Construction: $3,611, Wage Determination: General Decision Number VA /16/2018 VA172 Liquidated damages: In accordance with FAR , Liquidated Damages Construction (SEP 2000), liquidated damages shall be assessed as in the amount of $1, per calendar day. Quality Control Manager/Superintendent/SSHO: This task order will require the roles of Quality Control Manager, Superintendent and SSHO to be performed by three separate individuals. Utilities: In accordance with FAC Availability of Utilities (JUN 1994), when available, the Government will provide reasonable amounts of electric, water and compressed air for the work to be performed under this contract at no cost to the contractor. Record Shop Drawings: In accordance with FAR , Specifications and Drawings for Construction (FEB 1997) and FAC Record Drawings (OCT 2004), reproducible record shop drawings are required. Basis for Award: In accordance with FAR Part 15, award shall be made to the lowest priced responsible offeror. Proposal Acceptance Period: 120 Calendar Days

4 Bond Requirements: In accordance with FAR Bid Guarantee, a bid bond in the amount of 20% of the proposal price is required with proposal submission. In accordance with Performance and Payment Bonds Construction, Performance and Payment Bonds are required from the contract task order awardee ten (10) calendar days after date of award. Proposal Due Date: Thursday, 26 April :00 p.m. Local Time U. S. Mail, Express Mail or Handcarry to: Naval Facilities Engineering Command, Mid-Atlantic PWD Portsmouth Facilites Engineering and Acquisition Division Bldg 492, Norfolk Naval Shipyard Portsmouth, Virginia Attn: Laura Lathrop Pre-Proposal Inquiries (PPIs): PPIs must be submitted in writing to Laura Lathrop at laura.lathrop@navy.mil. The cutoff for PPIs is Thursday, 10 April 2018 by 2:00 p.m. local time in order to process all inquiries by the proposal due date. Site Visit: The site visit will be held on Tuesday, 03 April at 1:00 p.m. local time. There will only be one Government sponsored site visit. See security information below. Security Information: All contractors who are not in possession of a valid DBIDS badge for Norfolk Naval Shipyard must fill out the attached spreadsheet and return it to the Contract Specialist, Laura Lathrop, at laura.lathrop@navy.mil no later than Friday, 23 March 2018 at 2:00 pm local time in order to obtain a one day pass. Submissions not received by this date and time will not be processed, as it will not allow sufficient time for approval. Spreadsheet submissions will only be accepted from the prime contractors listed on the SB MACC. Subcontractor submissions must go through the prime contractor. One day passes shall be picked up at the NNSY Pass & ID office located outside of Gate 15. Please make sure that you allow sufficient time to obtain passes before the site visit. NNSY Visitor Request Form is attached. Meet in the Building 492 parking lot. The solicitation documents are posted as attachments on Navy Electronic Commerce Online (NECO).

5 Evaluation Factors for Award 1. The proposed task order will be awarded to the responsible offeror offering the best value to the Government. The lowest price source selection process is selected as appropriate for this acquisition because the best value is expected to result from selection of the proposal with the lowest evaluated price. To make a determination of best value, the Government shall evaluate each offeror on price only. 2. Basis of Evaluation and Submittal Requirements for Each Factor. (a) Price: (1) Solicitation Submittal Requirements: Offeror shall submit one stapled packet with the following: Cover page that includes: - Solicitation Number - Solicitation Title - Prime Contractor Name - Prime Contractor Address - Phone Number - Fax Number - DUNS - Cage Code - Point of Contact - Point of Contact Phone No. - Point of Contact Price Proposal Form Acknowledged Amendments (if applicable) Bid Bond (2) Basis of Evaluation: The government will evaluate price based on the lump sum price. Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price: a. Comparison of proposed prices received in response to the RFP. b. Comparison of proposed prices with the Independent Government Cost Estimate (IGCE). c. Comparison of proposed prices with available historical information. d. Comparison of proposed prices with market survey results. Evaluation 1. The Government reserves the right to eliminate from consideration for award any or all offers at any time prior to award of the contract; to negotiate with offerors in the competitive range; and to award the contract to the offeror submitting the lowest price proposal.

6 2. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR (a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. In addition, if the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals.

7 PRICE PROPOSAL FORM BUILDING 14, CODE 400 RENOVATION, NNSY Contractor price shall include the necessary labor, materials, equipment, management, supervision, and administration to accomplish the following: ITEM 0001 Price includes the following: Item 0001AA - Price for the entire work, complete in accordance with the Request For Proposal (RFP), but excluding work described in Items 0001AB, 0001AC, 0001AD, 0001AE, 0001AF and 0001AG. Price for Item 0001AA: $ ITEM 0001AB Mold Remediation Floors, walls, ceilings Item Unit Unit Price No. Units Extension Mold Remediation SF $ 400 $ Floors, walls, ceilings ITEM 0001AC Asbestos Abatement Tile: Item Unit Unit Price No. Units Extension Asbestos Abatement - SF $ 1,0 00 $ Tile ITEM 0001AD Asbestos Abatement Joint Compound: Item Unit Unit Price No. Units Extension Asbestos Abatement - LF $ 5,000 $ Joint Compound ITEM 0001AE Lead Paint Removal from historic Windows: Item Unit Unit Price No. Units Extension Lead Paint Removal - EA $ 40 $ Historic Windows Building 14, Code 400 Renovation, NNSY, Price Proposal Form Page 1

8 ITEM 0001AF Repair of Historic Windows Item Unit Unit Price No. Units Extension Repair of EA $ 40 $ Historic Winsows ITEM 0001AG Replace Glass Panes Historic Windows Item Unit Unit Price No. Units Extension Replace Glass Panes EA $ 200 $ Historic Windows TOTAL PRICE FOR ITEM 0001 $ (Items 0001AA through 0001AG) 0002 PLANNED MODIFICATION 1 FURNITURE, FIXTURES & EQUIPMENT (FF&E): Price for providing work in connection with all labor, material, equipment, transportation, and supervision required for the Furniture, Fixtures and Equipment (FF&E), in accordance with the plans and specifications and the following schedule: ITEM 0002 Furniture, Fixtures & Equipment (FF&E) HAR Estimated Item (NTE 5%) Quantity Extension Furniture, Fixtures and, % $900,000 $ Equipment (FF&E) TOTAL PRICE FOR ITEMS 0001 AND 0002 $ Building 14, Code 400 Renovation, NNSY, Price Proposal Form Page 2

9 NOTES: General 1. Award will be made on the total sum of Item Offerors shall enter unit prices and/or extended totals in spaces provided. If there is a difference between a unit price and the extended total, the unit price will be held to be the intended price and the total recomputed accordingly. If an offeror provides a total but fails to enter a unit price, the total divided by the specified quantity will be held to be the intended unit price. 2. The Government may reject an offer as nonresponsive if it is materially unbalanced as to prices for the basic requirement and the option quantities. An offer is unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated for other work. 3. Unit Prices: The unit prices provided will be the basis for the adjustment in accordance with FAR , Variation in Estimated Quantity. FF&E Procurement and Installation (Item 0002) 1. In this solicitation, for FF&E Procurement and Installation planned modification, the contractor will only propose and be evaluated on the HAR rate applied to the Government Estimated amount for FF&E. Upon Government approval of the preliminary design and best value analysis, a Best Value Determination (BVD) will be made and will be the rationale for selecting the FF&E vendor(s) for the project. Accordingly, the price(s) provided by the selected vendor(s), using predominately negotiated price schedules from BPA, GSA or other Federal contracts, will be the basis for the actual cost of the Final FF&E Package. The actual total cost of the awarded planned modification will be the total of the accepted Final FF&E Package and the HAR rate applied to the accepted Final FF&E Package. 2. Government Estimated Amount for Furniture Fixtures and Equipment (FF&E): The Government estimated amount for FF&E, as shown above, includes the FF&E cost, freight and installation charges. The Government estimated amount for FF&E has been identified to provide offerors with the projected magnitude of effort for FF&E. The total estimated budget amount for the FF&E includes the actual cost of the FF&E including freight and installation charges and Prime Contractor s proposed Handling and Administrative Rate (HAR). The Total FF&E Budget Amount (Estimated) shall be entered by the Government. 3. Prime Contractor FF&E Handling and Administration Rate (HAR). Offerors may propose a fee up to but not to exceed 5% for the handling and administration of the FF&E. This fee will account for all administrative costs, overhead, bonding fees, administration of subcontractors, profit and any other costs associated with and Building 14, Code 400 Renovation, NNSY, Price Proposal Form Page 3

10 related to the coordination and processing of the procurement and installation of FF&E. No other charges, expenses, fee, mark-ups, etc., will be authorized. The prime contractor s proposed HAR mark-up shall be applied to the Government estimated amount of FF&E to derive a total proposed price for Item The prime contractor s FF&E HAR will be incorporated into the contract as proposed and will not be adjusted regardless of fluctuations from the Government budget amount of FF&E. The HAR is a fixed rate. When the final FF&E package is priced, the contractor s HAR, as incorporated into the contract, shall be applied to the FF&E supplier and vendor quotes to derive a total proposed price for final negotiation of the FF&E Planned Modification. 5. Price will be evaluated on the total of the Base Price and all the options. However, for the FF&E Procurement and Installation, only the HAR segment of the Planned Modification line item will be utilized in the evaluation (this is the HAR rate multiplied by the Government Estimated Amount for FF&E). 6. If exercised, this line item will be funded separately after completion of FF&E design review, acceptance of FF&E package, and receipt of appropriate funding. The design for the FF&E itself is performed under the Base Bid. Amendments Acknowledged Amendment No. Date Amendment No. Date Amendment No. Date Submitted By: Offeror: Name: Signed: Date: Building 14, Code 400 Renovation, NNSY, Price Proposal Form Page 4

11 General Decision Number: VA /16/2018 VA172 Superseded General Decision Number: VA State: Virginia Construction Type: Building County: Portsmouth* County in Virginia. * INDEPENDENT CITY OF PORTSMOUTH BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at Modification Number Publication Date 0 01/05/ /12/ /16/2018 ASBE /01/2017 Rates Fringes ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)...$ BOIL /01/2017 Rates Fringes BOILERMAKER...$ * BRVA /01/2018 Rates Fringes BRICKLAYER...$

12 ELEC /01/2016 Rates ELECTRICIAN (Includes Low Voltage Wiring and Alarm Installation)...$ Fringes 14.67%+5.55+a a. Workmen shall take off 2 hours with pay, at the discretion of the employer, on State and National Election days; Tuesday following the first Monday in November, provided they are qualified and vote. ELEV /01/2018 Rates Fringes ELEVATOR MECHANIC...$ a+b a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day and Christmas Day. b. VACATIONS: 6% men under 5 years based on regular hourly rate and 8% men over 5 years based on regular hourly rate for all hours worked. ENGI /01/2013 Rates Fringes POWER EQUIPMENT OPERATOR Cranes 90 tons & over capacity; Tower & Climbing Cranes with Controls 100 ft. above ground...$ %+8.15 Cranes under 90 tons...$ %+8.15 IRON /01/2017 Rates Fringes IRONWORKER, STRUCTURAL AND ORNAMENTAL...$ IRON /01/2017 Rates Fringes IRONWORKER, RIGGER...$ PLUM /01/2017 Rates Fringes PIPEFITTER (Includes HVAC

13 Pipe, Unit and Temperature Controls Installations)...$ PLUM /01/2016 Rates Fringes PLUMBER...$ SUVA /11/2016 Rates Fringes CARPENTER, Includes Acoustical Ceiling Installation, Drywall Hanging, and Form Work...$ CAULKER...$ CEMENT MASON/CONCRETE FINISHER...$ GLAZIER...$ IRONWORKER, REINFORCING...$ LABORER: Mason Tender - Brick...$ LABORER: Mason Tender - Cement/Concrete...$ LABORER: Common or General, Including Demolition and Pipelaying...$ OPERATOR: Backhoe/Excavator/Trackhoe...$ OPERATOR: Bobcat/Skid Steer/Skid Loader...$ OPERATOR: Bulldozer...$ OPERATOR: Forklift...$ OPERATOR: Loader...$ OPERATOR: Roller...$ PAINTER (Brush and Roller)...$ PAINTER: Spray...$ ROOFER...$ SHEET METAL WORKER, Includes HVAC Duct Installation...$ SPRINKLER FITTER (Fire

14 Sprinklers)...$ TILE FINISHER...$ TILE SETTER...$ TRUCK DRIVER: Dump Truck...$ WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM /01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198

15 indicates the local union number or district council number where applicable, i.e., Plumbers Local The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA /13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH /29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/cba rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination

16 * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC ) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC ) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION

17 BUILDING 14 CODE 400 RELOCATION NORFOLK NAVAL SHIPYARD DOCUMENT SUPPLEMENTARY INSTRUCTIONS TO OFFERORS 02/14 PART 1 GENERAL 1.1 CONTRACT LINE ITEMS The terms Offeror and Bidder and versions thereof (offer/bid) have the same definition as used within this contract. Provide the Contract Line Item lump sum price for the following items: LINE ITEM BASE PRICE.Price includes the following: LINE ITEM 0001AA. Price for the entire work complete, in accordance with the Request For Proposal (RFP), but excluding work described in Contract Line Item 0001AB, 0001AC, 0001AD, 0001AE, 0001AF, and 0001AG. LINE ITEM DESCRIPTION TOTAL PRICE FOR LINE ITEM 0001AA 0001AA The Base Bid consists of the entire work complete, but excluding LINE ITEM item numbers as described above. LINE ITEM 0001AB. Price for providing all work in connection with LINE ITEM 0001AB Unit Price in accordance with the Request For Proposal, and in accordance with the following schedule. LINE ITEM ITEM UNIT UNIT PRICE NO. UNITS TOTAL PRICE FOR LINE ITEM 0001AB (UNIT PRICE X NO. UNITS) 0001AB Mold remediation on contamainated floor, wall and ceiling surfaces to remain per INTERIM TECHNICAL GUIDANCE (ITG) FY03-04, NAVFAC MOLD RESPONSE MANUAL. Unit price includes sampling and testing. 100 Square Feet $ 400 $ Page 1

18 BUILDING 14 CODE 400 RELOCATION NORFOLK NAVAL SHIPYARD LINE ITEM 0001AC. Price for providing all work in connection with LINE ITEM 0001AC Unit Price in accordance with the Request For Proposal, and in accordance with the following schedule. LINE ITEM ITEM UNIT UNIT PRICE NO. UNITS TOTAL PRICE FOR LINE ITEM 0001AC (UNIT PRICE X NO. UNITS) 0001AC Abatement of asbestos containing tile, including adhesive. Unit price includes sampling and testing Square Foot $ 1000 $ LINE ITEM 0001AD. Price for providing all work in connection with LINE ITEM 0001AD Unit Price in accordance with the Request For Proposal, and in accordance with the following schedule. LINE ITEM ITEM UNIT UNIT PRICE NO. UNITS TOTAL PRICE FOR LINE ITEM 0001AD (UNIT PRICE X NO. UNITS) 0001AD Abatement of asbestos containing joint compound. Unit price includes sampling and testing. Linear Foot $ 5,000 $ Page 2

19 BUILDING 14 CODE 400 RELOCATION NORFOLK NAVAL SHIPYARD LINE ITEM 0001AE. Price for providing all work in connection with LINE ITEM 0001AE Unit Price in accordance with the Request For Proposal, and in accordance with the following schedule. LINE ITEM ITEM UNIT UNIT PRICE NO. UNITS TOTAL PRICE FOR LINE ITEM 0001AE (UNIT PRICE X NO. UNITS) 0001AE Removal of Lead containing paint from historic windows in accordance with REMOVAL/C EA $ 40 $ LINE ITEM 0001AF. Price for providing all work in connection with LINE ITEM 0001AF Unit Price in accordance with the Request For Proposal, and in accordance with the following schedule. LINE ITEM ITEM UNIT UNIT PRICE NO. UNITS TOTAL PRICE FOR LINE ITEM 0001AF (UNIT PRICE X NO. UNITS) 0001AF Repair of historic windows in accordance with WOOD WINDOWS - EA $ 40 $ LINE ITEM 0001AG. Price for providing all work in connection with LINE ITEM 0001AG Unit Price in accordance with the Request For Proposal, and in accordance with the following schedule. Page 3

20 BUILDING 14 CODE 400 RELOCATION NORFOLK NAVAL SHIPYARD LINE ITEM ITEM UNIT UNIT PRICE NO. UNITS TOTAL PRICE FOR LINE ITEM 0001AG (UNIT PRICE X NO. UNITS) 0001AG Replacement of individual panes of glass in historic windows; includings galzing compound EA $ 200 $ LINE ITEM 0004 Planned Modification Item 1 - Price includes the following: Price to procure and supervise installation of the Furniture, Fixtures, and Equipment (FF&E) complete in accordance with the plans and specifications and in accordance with the following schedule: LINE ITEM ITEM GOVERNMENT FF&E ESTIMATE HAR (NTE 5%) HAR AMOUNT (GOVT FF&E ESTIMATE x HAR%) TOTAL FF&E ESTIMATED AMOUNT FOR LINE ITEM 0004 (GOVT FF&E ESTIMATE + HAR AMOUNT) 0004 FF&E $900,000 _% $ $ 1.2 GENERAL BID NOTES a. Award will be made on the total sum of Contract Line Items 0001AA, 0001AB, 0001AC, 0001AD, 0001AE, 0001AF, 0001AG. For LINE ITEMs 0001AA through 0001AG enter unit prices and extended totals in spaces provided. If there is a difference between a unit price and the extended total, the unit price will be held to be the intended bid and the total recomputed accordingly. If an Offeror provides a total but fails to enter a unit price, the total divided by the specified quantity will be held to be the intended unit price. 1.3 PLANNED MODIFICATION BID NOTES These notes apply to Planned Modification LINE ITEMs. a. The estimated amount for FF&E has been supplied by the Government, to provide offerors with the projected magnitude of effort. The estimated amount includes the actual cost of the FF&E including freight and installation charges. The Government FF&E Estimate is only an estimated amount. b. If awarded, line items will be funded separately after completion of FF&E design package review by the Government, and receipt of appropriate funding by the Government. Requirements and details are provided in E20, FURNISHINGS and E10, EQUIPMENT]of the RFP. Page 4

21 BUILDING 14 CODE 400 RELOCATION NORFOLK NAVAL SHIPYARD c. Bonding is not required for the design, procurement and installation of FF&E. d. Offerors may propose a Handling and Administration Rate (HAR) for the FF&E not to exceed 5 percent. This fee will account for all administrative costs, overhead, bonding fees, administration of subcontracts, profit, and any other costs associated with and related to the coordination and processing of the procurement and installation of FF&E. The proposed HAR percentage will be incorporated into the contract award and will not be adjusted regardless of fluctuations from the estimate amount for the FF&E. The proposed HAR is a fixed rate. e. The Government is not obligated to award the Planned Modification line item(s). Should the Government choose to award the Planned Modification, the line item will be awarded as a negotiated modification to the contract/task order. The Contractor's proposed HAR will be applied to all vendor/supplier costs for the FF&E and A/V. f. If awarded, the FF&E modification will be awarded at least six months prior to the contract completion date. A minimum of six months is required for the Contractor to purchase, deliver and install the FF&E without impacting the overall completion date of the project. The Contractor's schedule must assume the award of the FF&E as a modification. No schedule extensions will be granted if the modification is awarded at least six months prior to the contract completion date. If the Government decides to negotiate and award the furniture modification with less than six months prior to the contact completion date, the Contractor may be entitled to a contract extension Page 5

22 BUILDING 14 CODE 400 RELOCATION NORFOLK NAVAL SHIPYARD and extended field overhead. A contract extension and extended field overhead will only be granted in those cases where the Contractor demonstrates that an accepted Final FF&E package was submitted within the approved schedule deadlines and sufficient lead time for the FF&E is not available and the Government's award of the modification is in the last six months of the contract. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. -- End of Document -- Page 6

https://www.wdol.gov/wdol/scafiles/davisbacon/fl263.dvb?v=0

https://www.wdol.gov/wdol/scafiles/davisbacon/fl263.dvb?v=0 Page 1 of 6 General Decision Number: FL180263 01/05/2018 FL263 Superseded General Decision Number: FL20170263 State: Florida Construction Type: Building County: Orange County in Florida. BUILDING CONSTRUCTION

More information

Solicitation FA441718R0003 Attachment 3

Solicitation FA441718R0003 Attachment 3 Solicitation FA441718R0003 Attachment 3 General Decision Number: FL180262 01/12/2018 FL262 Superseded General Decision Number: FL20170262 State: Florida Construction Type: Building County: Okaloosa County

More information

NAVAL FACILITIES ENGINEERING COMMAND, MID - ATLANTIC

NAVAL FACILITIES ENGINEERING COMMAND, MID - ATLANTIC NAVAL FACILITIES ENGINEERING COMMAND, MID - ATLANTIC DESIGN-BUILD (DB)/DESIGN-BID-BUILD (DBB), INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION,

More information

Prevailing Wage Rates (No Fringes)

Prevailing Wage Rates (No Fringes) Prevailing Wage (No Fringes) General Decision Number: TX150302 07/31/2015 TX302 Superseded General Decision Number: TX20140302 State: Texas Construction Type: Building County: Hardin County in Texas. BUILDING

More information

DAVIS-BACON ACT WAGE DETERMINATION PER ADDENDUM NO. 1

DAVIS-BACON ACT WAGE DETERMINATION PER ADDENDUM NO. 1 DAVIS-BACON ACT WAGE DETERMINATION PER ADDENDUM NO. 1 General Decision Number: GA160129 02/26/2016 GA129 Superseded General Decision Number: GA20150129 State: Georgia Construction Type: Building County:

More information

wage determination 2018 General Decision Number: PA /07/2018 PA33 Superseded General Decision Number: PA State: Pennsylvania

wage determination 2018 General Decision Number: PA /07/2018 PA33 Superseded General Decision Number: PA State: Pennsylvania General Decision Number: PA180033 09/07/2018 PA33 Superseded General Decision Number: PA20170033 State: Pennsylvania Construction Type: Residential County: Allegheny County in Pennsylvania. RESIDENTIAL

More information

BID PROPOSAL Mobilization for Non-Emergency Work Orders; 200 EA $ $ Mobilization for Emergency Work Orders; 2 EA $ $

BID PROPOSAL Mobilization for Non-Emergency Work Orders; 200 EA $ $ Mobilization for Emergency Work Orders; 2 EA $ $ 2018 Annual Water Distribution Leak Repairs Contract, Package 1 SAWS Job Nos. 18-0103 (O&M) and 18-1401 (CIP) Solicitation No. B-18-001-JG BID PROPOSAL PROPOSAL OF, a corporation a partnership consisting

More information

ATTACHMENT E INSURANCE REQUIREMENTS

ATTACHMENT E INSURANCE REQUIREMENTS ATTACHMENT E INSURANCE REQUIREMENTS Professional Liability LHA and its affiliates must be named as an Additional Insured and be a Certificate Holder. This is required for vendors who render observational

More information

Construction Types: Heavy (Heavy and Sewer and Water Line) HEAVY CONSTRUCTION PROJECTS (Including Sewer and Water Lines)

Construction Types: Heavy (Heavy and Sewer and Water Line) HEAVY CONSTRUCTION PROJECTS (Including Sewer and Water Lines) General Decision Number: VA170046 01/06/2017 VA46 Superseded General Decision Number: VA20160046 State: Virginia Construction Types: Heavy (Heavy and Sewer and Water Line) County: Franklin County in Virginia.

More information

Alabama State Port Authority. Description

Alabama State Port Authority. Description Project Name Location Alabama State Port Authority Addendum to Specification Booklet Automotive RO/RO Terminal Site Demolition Package Mobile, AL Project # 10615 TASK # 2 Addendum #3 Date: January 7, 2019

More information

2018 Pipelines Water and Sewer Construction Contract Pkg I

2018 Pipelines Water and Sewer Construction Contract Pkg I INVITATION FOR BID 2018 Pipelines Water and Sewer Construction Contract Pkg I Solicitation No.: CO-00157 Addendum 2 January 30, 2018 MODIFICATIONS TO THE SPECIFICATIONS 1. Bid Proposal, Page BP-1 is deleted

More information

Construction Types: Heavy (Heavy and Sewer and Water Line) Counties: Alexandria*, Arlington, Clarke, Culpeper,

Construction Types: Heavy (Heavy and Sewer and Water Line) Counties: Alexandria*, Arlington, Clarke, Culpeper, General Decision Number: VA180035 06/15/2018 VA35 Superseded General Decision Number: VA20170035 State: Virginia Construction Types: Heavy (Heavy and Sewer and Water Line) Counties: Alexandria*, Arlington,

More information

Pierre City Hall Conference Room 222 E. Dakota Avenue, Pierre, South Dakota, 57501

Pierre City Hall Conference Room 222 E. Dakota Avenue, Pierre, South Dakota, 57501 ADDENDUM No. 3 PROJECT Pierre WWTF Improvements Project - 2017 BID DATE Time 1:30 PM, CST July 24, 2017 BID LOCATION Pierre City Hall Conference Room 222 E. Dakota Avenue, Pierre, South Dakota, 57501 ISSUE

More information

Invitation to Bid Hogan House Historic Painting Project

Invitation to Bid Hogan House Historic Painting Project Invitation to Bid Hogan House Historic Painting Project This project is funded with Community Development Block Grant (CDBG) funds. All estimates must reflect Davis-Bacon prevailing wages. This invitation

More information

SECTION DAVIS BACON PREVAILING RESIDENTIAL WAGE RATES

SECTION DAVIS BACON PREVAILING RESIDENTIAL WAGE RATES September 2015 Heritage Point Apartments SECTION 000009 DAVIS BACON PREVAILING RESIDENTIAL WAGE RATES NOTE: Project shall be constructed using the Davis Bacon Residential Prevailing Wage Rate for Luzern

More information

Construction Types: Heavy (Heavy and Sewer and Water Line) Counties: Accomack, Essex, King George, Lancaster, Middlesex,

Construction Types: Heavy (Heavy and Sewer and Water Line) Counties: Accomack, Essex, King George, Lancaster, Middlesex, General Decision Number: VA180023 01/05/2018 VA23 Superseded General Decision Number: VA20170023 State: Virginia Construction Types: Heavy (Heavy and Sewer and Water Line) Counties: Accomack, Essex, King

More information

San Juan County, New Mexico

San Juan County, New Mexico San Juan County, New Mexico General Decision Number: NM170015 02/24/2017 NM15 Superseded General Decision Number: NM20160015 State: New Mexico Construction Type: Heavy County: San Juan County in New Mexico.

More information

Delete Davis Bacon Wage Decision TX dated 9/25/2009. Add Davis Bacon Wage Decision TX dated 3/12/2010 (attached)

Delete Davis Bacon Wage Decision TX dated 9/25/2009. Add Davis Bacon Wage Decision TX dated 3/12/2010 (attached) 818 S. FLORES ST. SAN ANTONIO, TEXAS 78204 www.saha.org Procurement Department ADDENDUM #1 To: 1003-910-13-3138 RFP for Modernization of Elevators at Various Locations Delete Davis Bacon Wage Decision

More information

Winnebago County Housing Authority

Winnebago County Housing Authority Oshkosh/Winnebago County Housing Authority Cumberland Court Housing Commission P.O. BOX 397, OSHKOSH, WI 54903-0397 OSHKOSH: (920) 424-1450 FAX: (920) 424-1474 June 1, 2016 County REQUEST FOR PROPOSAL:

More information

DOCUMENT 00050 GENERAL 1.1 Introduction. Pursuant to Government Code Chapter 2267, subchapter D the City of Conroe hereby solicits Competitive Sealed Bids for approximately 12,000 linear feet of clearing

More information

A. Project Name: Water System Automated Meter Reading Program. B. Owner: City of Florence Alabama Water & Wastewater Department

A. Project Name: Water System Automated Meter Reading Program. B. Owner: City of Florence Alabama Water & Wastewater Department DOCUMENT 00 91 13 ADDENDUM 1 1.1 PROJECT INFORMATION A. Project Name: Water System Automated Meter Reading Program B. Owner: City of Florence Alabama Water & Wastewater Department C. Project Number: FL-1330

More information

NAVAL FACILITIES ENGINEERING COMMAND, MID ATLANTIC, HR IPT POC: Holly Manning (757)

NAVAL FACILITIES ENGINEERING COMMAND, MID ATLANTIC, HR IPT POC: Holly Manning (757) NAVAL FACILITIES ENGINEERING COMMAND, MID ATLANTIC, HR IPT POC: Holly Manning holly.manning@navy.mil (757) 341-1658 8(A) DB/DBB MACC (MULTIPLE AWARD CONSTRUCTION CONTRACT) FOR NEW CONSTRUCTION, RENOVATIONS,

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 CONSTRUCTION Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 August 24, 2017 DEAR PROSPECTIVE BIDDERS: Re: RFQ (Request for Quotation) 2017 RFQ New Garage Door for 901 South

More information

FIRE STATION 35 CONTRACT NO ADDENDUM NUMBER TWO. Scope of this Addendum

FIRE STATION 35 CONTRACT NO ADDENDUM NUMBER TWO. Scope of this Addendum D ENVER I NTERNATIONAL A IRPORT FIRE STATION 35 CONTRACT NO. 201314429 ADDENDUM NUMBER TWO Scope of this Addendum Addendum Number Two includes modifications to the following: - RFP Documents, dated February

More information

Request for Proposal for the Installation of 90 Smoke Detectors at Michaels J. Day Apartments For the Watervliet Housing Authority

Request for Proposal for the Installation of 90 Smoke Detectors at Michaels J. Day Apartments For the Watervliet Housing Authority Sandra J. Beston Chairwoman Charles A. Jeseo Vice Chairman Harry J. Cushing Jeffery Czarnecki Jane Hayes Roberta Gilson Regina Warner Watervliet Housing Authority Administration Office 2400 Second Avenue

More information

INVITATION FOR BIDS FOR UNITED CEREBRAL PALSY OF CENTRAL FLORIDA, INC. HVAC REPLACEMENT FOR DOWNTOWN/BETA CAMPUS

INVITATION FOR BIDS FOR UNITED CEREBRAL PALSY OF CENTRAL FLORIDA, INC. HVAC REPLACEMENT FOR DOWNTOWN/BETA CAMPUS IFB No. UCP2018-0108 ISSUED: January 12, 2018 INVITATION FOR BIDS FOR UNITED CEREBRAL PALSY OF CENTRAL FLORIDA, INC. HVAC REPLACEMENT FOR DOWNTOWN/BETA CAMPUS 1. Introduction United Cerebral Palsy of Central

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 CONSTRUCTION Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 September 6, 2017 DEAR PROSPECTIVE BIDDERS: Re: RFQ (Request for Quotation) High Speed Commercial Garage Doors RFQ

More information

Klamath Tribes Housing Department Invitation for Bids (IFB) IFB Number: KTHD Congregate Fire Rehab, 502 Charley Ave.

Klamath Tribes Housing Department Invitation for Bids (IFB) IFB Number: KTHD Congregate Fire Rehab, 502 Charley Ave. Klamath Tribes Housing Department Invitation for Bids (IFB) IFB Number: 18-03-KTHD Congregate Fire Rehab, 502 Charley Ave. Chiloquin Oregon A. General Information: The Klamath Tribes Housing Department

More information

Competitive Quotes Request (Construction)

Competitive Quotes Request (Construction) Competitive Quotes Request (Construction) PROJECT: Replace & Replace Trash Compactor at Alliance Towers OH018 04262016-FHC Competitive Quotes for a Contractor to remove and replace one (1) trash compactor,

More information

The City of Johnson City, Mayor Dawn Capra (date) November 17, 2016

The City of Johnson City, Mayor Dawn Capra (date) November 17, 2016 ADVERTISEMENT AND INVITATION FOR BIDS City of Johnson City Skateboard Park Texas Parks and Wildlife Department (TPWD) Small Community Skateboard Park Project # 54-000160 The City of Johnson City will receive

More information

P360 Electrical Substation SOW #0025, Work Order # SC & GA MACC N D-1779/80/81/82/09-D-1760 REQUEST FOR PROPOSAL NUMBER SOW #0025

P360 Electrical Substation SOW #0025, Work Order # SC & GA MACC N D-1779/80/81/82/09-D-1760 REQUEST FOR PROPOSAL NUMBER SOW #0025 SC & GA MACC N69450-08-D-1779/80/81/82/09-D-1760 REQUEST FOR PROPOSAL NUMBER SOW #0025 P360 ELECTRICAL SUBSTATION MARINE CORPS RECRUIT DEPOT, PARRIS ISLAND SC TABLE OF CONTENTS PART 1 PROPOSAL DOCUMENTS

More information

General Decision Number: CO /26/2013 CO13. Superseded General Decision Number: CO State: Colorado. Construction Type: Heavy

General Decision Number: CO /26/2013 CO13. Superseded General Decision Number: CO State: Colorado. Construction Type: Heavy General Decision Number: CO130013 07/26/2013 CO13 Superseded General Decision Number: CO20120013 State: Colorado Construction Type: Heavy Counties: Alamosa, Archuleta, Baca, Bent, Chaffee, Cheyenne, Clear

More information

March 11, C. In Part C of the IFB, delete Paragraph 9B, Reciprocal Local Preference, in its entirety.

March 11, C. In Part C of the IFB, delete Paragraph 9B, Reciprocal Local Preference, in its entirety. March 11, 2016 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA IFB Y16-746-CC / ADDENDUM NO. 3 ORANGE COUNTY FIRE RESCUE-STATIONS VEHICLE EXHAUST REMOVAL SYSTEM Revised Bid Opening Date: March 24,

More information

DAYTON METROPOLITAN HOUSING AUTHORITY dba GREATER DAYTON PREMIER MANAGEMENT

DAYTON METROPOLITAN HOUSING AUTHORITY dba GREATER DAYTON PREMIER MANAGEMENT DAYTON METROPOLITAN HOUSING AUTHORITY dba GREATER DAYTON PREMIER MANAGEMENT 400 WAYNE AVENUE, P O BOX 8750 DAYTON, OHIO 45401-8750 PHONE: 937-910-7657 QUOTATION REQUEST THIS IS NOT AN ORDER RFQ: # 17-38

More information

B. Instructions for Bidders:

B. Instructions for Bidders: Klamath Tribes Department of Natural Resources Research Station Invitation for Bids (IFB) IFB Number: 05-KTNRRS16 Roof Repair and Upgrade Buildings 5671 Sprague River Hwy, Chiloquin Oregon A. General Information:

More information

NOTICE TO CONTRACTORS INVITATION TO BID TREE REMOVAL/PLANTING

NOTICE TO CONTRACTORS INVITATION TO BID TREE REMOVAL/PLANTING NOTICE TO CONTRACTORS INVITATION TO BID TREE REMOVAL/PLANTING Date: December 17, 2017 Tree Removal/Planting Property Addresses: 500-600 Blocks of 22 nd St., 2300 Block of Quincy, 800-900 Blocks of 24 th

More information

San Angelo Regional Airport Baggage Handler Maintenance

San Angelo Regional Airport Baggage Handler Maintenance $5.00 CITY OF SAN ANGELO REQUEST FOR BIDS RFB No: AP-03-15 San Angelo Regional Airport Baggage Handler Maintenance Contract Documents Specifications City of San Angelo 72 West College Avenue San Angelo,

More information

NOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS. [SEPTIC to SEWER]

NOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS. [SEPTIC to SEWER] NOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS [SEPTIC to SEWER] Jewish Family Services (JFS) is seeking sealed bids for the project scope located at their address of 2100 Lee

More information

Walnut Avenue Homes BID NOTIFICATION PACKAGE BUILDING SECURITY TABLE OF CONTENTS

Walnut Avenue Homes BID NOTIFICATION PACKAGE BUILDING SECURITY TABLE OF CONTENTS Walnut Avenue Homes BID NOTIFICATION PACKAGE BUILDING SECURITY TABLE OF CONTENTS SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS 001116 Invitation to Bid 002113 Instructions to Bidders 002413 Scope of

More information

CITY OF BATTLE CREEK PURCHASING REQUEST FOR PROPOSALS NO R PAGE 1

CITY OF BATTLE CREEK PURCHASING REQUEST FOR PROPOSALS NO R PAGE 1 REQUEST FOR PROPOSALS NO. 2018-029R PAGE 1 CITY OF BATTLE CREEK NOTICE OF REQUEST FOR PROPOSALS RFP#: 2018-029R TITLE: INTERIOR SURVEILLANCE CAMERAS AT TRANSIT ISSUE DATE: TBD PROPOSAL DUE DATE: TBD but

More information

SUPERSEDED AS OF 9/1/2018

SUPERSEDED AS OF 9/1/2018 SUPERSEDED AS OF 9/1/2018 EMPLOYER PAYMENTS STRAIGHT-TIME OVERTIME HOURLY RATE CRAFT (JOURNEY LEVEL) ISSUE EXPIRATION BASIC HEALTH TOTAL SUNDAY HOURLY AND PENSION VACATION/ OTHER TRAINING HOURS HOURLY

More information

NOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS. [SEPTIC to SEWER]

NOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS. [SEPTIC to SEWER] NOTICE TO BIDDER / REQUEST FOR CONSTRUCTION BID / INSTRUCTIONS TO BIDDERS [SEPTIC to SEWER] Jewish Family Services (JFS) is seeking sealed bids for the project scope located at their address of 2100 Lee

More information

REQUEST FOR BID- (RFB) - Quest, Inc.

REQUEST FOR BID- (RFB) - Quest, Inc. FOR IMMEDIATE RELEASE Media Contact: Tikisha S. Ousley Phone: 407.218.4366 Email: tousley@questinc.org REQUEST FOR BID- (RFB) - Quest, Inc. Apopka, Florida (February 25, 2019) Life Concepts, Inc. dba Quest,

More information

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU #

BASE BID and ALTERNATES WORK ITEM PROPOSAL 2017 Parking Structure #2 Renovations WSU # VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised 4-2017) Please Note Vendors must Pre-qualify themselves when responding to this bid opportunity. Our Prequalification questions can be found on page

More information

SOLICITATION, OFFER AND AWARD (Construction, Alteration, or Repair)

SOLICITATION, OFFER AND AWARD (Construction, Alteration, or Repair) SOLICITATION, OFFER AND AWARD (Construction, Alteration, or Repair) 1. SOLICITATION NO. 2. TYPE OF SOLICITATION 3. DATE ISSUED PAGE OF PAGES SEALED BID (IFB) 01 of 089 VA-101-10-RP-0130 09/10/2010 X NEGOTIATED

More information

NOTICE TO CONTRACTORS INVITATION TO BID TREE REMOVAL

NOTICE TO CONTRACTORS INVITATION TO BID TREE REMOVAL NOTICE TO CONTRACTORS INVITATION TO BID TREE REMOVAL Date: January 14 th, 2018 Tree Removal/Planting Property Addresses: 500-600 Blocks of 22 nd St., 2300 Block of Quincy, 800-900 Blocks of 24 th St.,

More information

11465 WOODSIDE AVENUE, 2 ND FLOOR 1235 FLYNN ROAD, SUITE 403 SANTEE, CA CAMARILLO, CA

11465 WOODSIDE AVENUE, 2 ND FLOOR 1235 FLYNN ROAD, SUITE 403 SANTEE, CA CAMARILLO, CA DEPARTMENT OF THE NAVY OFFICER IN CHARGE OF CONSTRUCTION RESIDENT OFFICER IN CHARGE OF CONSTRUCTION SOUTHWEST DIVISION, NAVAL FACILITIES ENGINEERING COMMAND MARINE CORPS LOGISTICS BASE, BUILDING 198 BARSTOW,

More information

Page 1 of 6 Y--Renovate B-603 @ Saufley Field, NAS Pensacola, FL Solicitation Number: N6945011R0762 Agency: Department of the Navy Office: Naval Facilities Engineering Command Location: NAVFAC Southeast,

More information

PHASE ONE - SELECTIVE DEMOLITION DOCUMENTS

PHASE ONE - SELECTIVE DEMOLITION DOCUMENTS PROJECT MANUAL Central Carolina Technical College Advanced Manufacturing Technology Training Center Sumter, SC SC# H59-6059-CA EDA AWARD NO. 04-01-06716 LS3P COMMISSION NUMBER: 3202-123910 PHASE ONE -

More information

415 E. INDEPENDENCE TULSA, OK (918) PROJECT MANUAL FOR IFB # DRAINAGE REMEDIATION

415 E. INDEPENDENCE TULSA, OK (918) PROJECT MANUAL FOR IFB # DRAINAGE REMEDIATION 1 415 E. INDEPENDENCE TULSA, OK 74106 (918) 582-0021 PROJECT MANUAL FOR IFB #17-099 DRAINAGE REMEDIATION AT PARKVIEW TERRACE 1615 W 59 TH STREET SOUTH TULSA, OK 74107 PRE-BID CONFERENCE: OCTOBER 12, 2017

More information

Fair Wage Policy for ICI Contracts

Fair Wage Policy for ICI Contracts Fair Wage Policy for ICI Contracts POLICY STATEMENT On all Industrial Commercial Institutional Construction Contracts with the Municipality, every Contractor and Sub-Contractor shall pay or provide wages,

More information

Job Order Contracting Mandatory Pre-Bid Conference

Job Order Contracting Mandatory Pre-Bid Conference County of Fresno Internal Services Department Job Order Contracting Mandatory Pre-Bid Conference FOR SOLICITATION OF BID 912-5020 JOB ORDER CONTRACT JANUARY 6 TH 2012 1 Agenda Part I: The Job Order Contracting

More information

Overview of Davis-Bacon Wages

Overview of Davis-Bacon Wages Overview of Davis-Bacon Wages Why Davis-Bacon? How does DOL determine wages? How does Davis-Bacon apply to projects? Are Davis-Bacon wages all union rates? When are Davis-Bacon rates changed? How much

More information

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number 525 South Lawrence Street Montgomery, Alabama 36104 Repair/Restore Fire Units at Paterson Court IFB Number 2018-08 TYPE OF PROJECT: Invitation for Bids (IFB) to Repair/Restore Fire Units at Paterson Court

More information

Maryland Apprenticeship Training Fund Law

Maryland Apprenticeship Training Fund Law Maryland Apprenticeship Training Fund Law ELECTRONIC SUBMISSION AND COMPLIANCE GUIDELINES Courtesy of Associated Builders and Contractors Baltimore Metro Chapter Chesapeake Shores Chapter Cumberland Valley

More information

Attachment 17 RTD Pricing Conditions

Attachment 17 RTD Pricing Conditions Attachment 17 RTD Pricing Conditions 1. General conditions Incurred Costs may be claimed by the Concessionaire under this Agreement only to the extent such Incurred Costs have been incurred in compliance

More information

Walnut Avenue Homes PRIME SUBCONTRACTOR FOR 607 WALNUT AVE CONTRACT BID NOTIFICATION PACKAGE TABLE OF CONTENTS

Walnut Avenue Homes PRIME SUBCONTRACTOR FOR 607 WALNUT AVE CONTRACT BID NOTIFICATION PACKAGE TABLE OF CONTENTS Walnut Avenue Homes PRIME SUBCONTRACTOR FOR 607 WALNUT AVE CONTRACT BID NOTIFICATION PACKAGE TABLE OF CONTENTS SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS 001116 Invitation to Bid 002113 Instructions

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 2 DATE: March 16, 2016 RE: BID/RFP #: BID/RFP TITLE: ITB-DOT-15/16-4013JR Districtwide Right of Way Asbestos Abatement Services for the Florida Department

More information

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School Request for Fee Proposals (RFFP) Progressive Design-Build Services New High School Issaquah School District February 12, 2018 TABLE OF CONTENTS 1. INTRODUCTION 2. PROJECT OVERVIEW 3. APPLICATION OF FEE

More information

OFFICIAL BID SHEET. DATE: May 3, 2018

OFFICIAL BID SHEET. DATE: May 3, 2018 DATE: May 3, 2018 OFFICIAL BID SHEET BID NUMBER: 18-17 FIRM CONTRACT INVITATION Bids must be signed in Ink. Unsigned bids will not be considered. Bids are invited for the renovation of two rooms in the

More information

Rolling Plains Management Corporation 118 North First Street P.O. Box 490 Crowell, Texas REQUEST FOR PROPOSALS FOR

Rolling Plains Management Corporation 118 North First Street P.O. Box 490 Crowell, Texas REQUEST FOR PROPOSALS FOR Rolling Plains Management Corporation 118 North First Street P.O. Box 490 Crowell, Texas 79227 REQUEST FOR PROPOSALS FOR CONTRACTORS FOR THE AMY YOUNG BARRIER REMOVAL PROGRAM July 30, 2018 1 TABLE OF CONTENTS

More information

AMENDMENT NO. 1 TO INVITATION FOR BID RHODE ISLAND AVENUE METRO STATION TRACK DECK AND PRE-CAST PANEL REHABILITATION FQ18086 TO WHOM IT MAY CONCERN:

AMENDMENT NO. 1 TO INVITATION FOR BID RHODE ISLAND AVENUE METRO STATION TRACK DECK AND PRE-CAST PANEL REHABILITATION FQ18086 TO WHOM IT MAY CONCERN: Serial Number: IFB FQ18086/GG Date of IFB Issue: February 13, 2018 Bid Due Date: March 14, 2018 February 22, 2018 WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY 600 FIFTH STREET, N.W. WASHINGTON, D.C.

More information

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, 2/13/2018, 9:00 am EST. Project # NG Armory Roof Replacement Sarasota, FL

AGENDA. PRE-BID / SITE VISIT MEETING Tuesday, 2/13/2018, 9:00 am EST. Project # NG Armory Roof Replacement Sarasota, FL AGENDA PRE-BID / SITE VISIT MEETING Tuesday, 2/13/2018, 9:00 am EST Project # 217071 NG Armory Roof Replacement Sarasota, FL 1. SIGN-IN OF ALL ATTENDEES: 2. INTRODUCTIONS: Brad, Rachel, MSG Jonathan Croteau,

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

More information

415 E. INDEPENDENCE TULSA, OK (918) PROJECT MANUAL FOR IFB ROOF REPLACEMENT PHASE VIII

415 E. INDEPENDENCE TULSA, OK (918) PROJECT MANUAL FOR IFB ROOF REPLACEMENT PHASE VIII 415 E. INDEPENDENCE TULSA, OK 74106 (918) 582-0021 PROJECT MANUAL FOR IFB 18-006 ROOF REPLACEMENT PHASE VIII AT PARKVIEW TERRACE (73-12) 1615 WEST 59 TH STREET SOUTH TULSA, OK 74107 PRE-BID CONFERENCE:

More information

ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011

ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011 ADDENDUM NO. 3 to the PREQUALIFICATION DOCUMENTS AUGUST 26, 2011 HOUSING 4: THE SUMMITS PROJECT NO. 906270 CAMPUS, MERCED CALIFORNIA A. BID SUBMISSION DEADLINE: [The deadline for submitting prequalification

More information

SUBPART LABOR STANDARDS FOR CONTRACTS INVOLVING CONSTRUCTION

SUBPART LABOR STANDARDS FOR CONTRACTS INVOLVING CONSTRUCTION SUBPART 222.4--LABOR STANDARDS FOR CONTRACTS INVOLVING CONSTRUCTION 222.402 Applicability. 222.402-70 Installation support contracts. (a) Apply both the Service Contract Act (SCA) and the Davis-Bacon Act

More information

November 16 th, 2015

November 16 th, 2015 November 16 th, 2015 To: Prospective Bidders, The College Hill Community Urban Redevelopment Corporation ( CHCURC ), a nonprofit in the City of Cincinnati, is currently administering a Façade Improvement

More information

COUNTY OF PRINCE EDWARD, VIRGINIA

COUNTY OF PRINCE EDWARD, VIRGINIA COUNTY OF PRINCE EDWARD, VIRGINIA Invitation for Bids For Stripping and Waxing of VCT Floors in County Courthouse Issue Date: Monday, April 20, 2009 Due Date and Time: Send Proposals To: All inquiries:

More information

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

More information

JOB ORDER CONTRACTING RFP NUMBER: RFP-34-15DW ADVERTISED DATE: OCTOBER 16, 2015

JOB ORDER CONTRACTING RFP NUMBER: RFP-34-15DW ADVERTISED DATE: OCTOBER 16, 2015 JOB ORDER CONTRACTING RFP NUMBER: RFP-34-15DW ADVERTISED DATE: OCTOBER 16, 2015 PRE-BID MEETING AGENDA JOC Overview JOC Contract Documents JOC Process Solicitation Details Understanding the Construction

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

More information

County of Ingham. Invitation for Bids (IFB) Packet # Shift Door Replacements in the Feline & Primate House at Potter Park Zoo

County of Ingham. Invitation for Bids (IFB) Packet # Shift Door Replacements in the Feline & Primate House at Potter Park Zoo County of Ingham Invitation for Bids (IFB) Packet #47-11 Shift Door Replacements in the Feline & Primate House at Potter Park Zoo Sealed Bids Due: August 24, 2011 @ 11:00 A.M. Sealed Bids shall be delivered

More information

TERRITORY ENTIRE STATE NEW JERSEY DEPARTMENT OF LABOR AND WORKFORCE DEVELOPMENT PREVAILING WAGE RATE DETERMINATION

TERRITORY ENTIRE STATE NEW JERSEY DEPARTMENT OF LABOR AND WORKFORCE DEVELOPMENT PREVAILING WAGE RATE DETERMINATION TERRITORY ENTIRE STATE NEW JERSEY DEPARTMENT OF LABOR AND WORKFORCE DEVELOPMENT PREVAILING WAGE RATE DETERMINATION E RICIAN- UTILITY WORK (SOUTH) Rates Expiration Date: 11/30/2010 Effective Date: 11/15/2010

More information

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730 HDC112 Housing Development Corporation of Rock Hill Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730 MANDATORY PRE-BID MEETING: September 5, 2017, at 10:30 a.m. The Housing Development

More information

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Electrical Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

Wage and Fringe Benefits Settlements Analysis

Wage and Fringe Benefits Settlements Analysis Wage and Fringe Benefits Settlements Analysis September 2012 Many people are asking for benchmark data on how collectively bargained increases in the construction industry are being distributed. In other

More information

City of Portsmouth Portsmouth, New Hampshire Public Works Department Request for Proposals # 44-11

City of Portsmouth Portsmouth, New Hampshire Public Works Department Request for Proposals # 44-11 City of Portsmouth Portsmouth, New Hampshire Public Works Department Request for Proposals # 44-11 GRINDING, HAULING & DISPOSING (RECYCLING) OF BRUSH MATERIAL The intent of this Request for Proposals is

More information

DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACTING BRANCH ISSUED ADDENDUM

DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACTING BRANCH ISSUED ADDENDUM DEPARTMENT OF MILITARY AFFAIRS CFMO CONTRACTING BRANCH ISSUED ADDENDUM February 7, 2014 ADDENDUM # 1 Project # 212061 Project Name: Quincy National Guard Armory Renovation FROM: Department of Military

More information

BHP Project IFB #

BHP Project IFB # BOULDER HOUSING PARTNERS INVITATION FOR BIDS Capital Improvement Program BHP Arapahoe East Apartments Exterior Envelope Renovation including Siding Replacement, Window and Trim Replacement, Stair Tower

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

WEXFORD COUNTY REQUEST FOR PROPOSALS

WEXFORD COUNTY REQUEST FOR PROPOSALS WEXFORD COUNTY REQUEST FOR PROPOSALS Central Dispatch 911 Center Architectural Services ISSUED BY: WEXFORD COUNTY BOARD OF COMMISSIONERS Date: September 28, 2018 Project Representative: Elaine Richardson

More information

SECTION PRICE AND PAYMENT PROCEDURES FOR DESIGN-BUILD 01/12

SECTION PRICE AND PAYMENT PROCEDURES FOR DESIGN-BUILD 01/12 SECTION 01 20 00.05 20 PRICE AND PAYMENT PROCEDURES FOR DESIGN-BUILD 01/12 PART 1 GENERAL 1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications

More information

SECTION SIX DAVIS-BACON WAGE RATES REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONSTRUCTION CONTRACTS FEDERAL AID / DBE GOALS AND REQUIREMENTS

SECTION SIX DAVIS-BACON WAGE RATES REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONSTRUCTION CONTRACTS FEDERAL AID / DBE GOALS AND REQUIREMENTS SECTION SIX DAVIS-BACON WAGE RATES REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONSTRUCTION CONTRACTS FEDERAL AID / DBE GOALS AND REQUIREMENTS file:///c:/users/merced/appdata/local/temp/bbagkfh2.htm Page

More information

INVITATION FOR BIDS (IFB) Heating, Ventilation and Air Conditioning (HVAC) Services

INVITATION FOR BIDS (IFB) Heating, Ventilation and Air Conditioning (HVAC) Services COUNTY OF GOOCHLAND Purchasing Department P.O. Box 10, Goochland, Virginia 23063-0010 Phone: (804) 556-5802 Fax:(804) 556-5676 Email: wtormey@goochlandva.us INVITATION FOR BIDS (IFB) IFB# 2018-12 Heating,

More information

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE EXHIBIT 1 Solicitation Date: PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED

More information

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL

COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL COUNTY OF COLUSA REQUEST FOR BIDS FOR: COLUSA VETERANS HALL KITCHEN AND BATHROOM REMODEL DUE DATE: June 1, 2016 at 2:00 p.m. REQUEST FOR BIDS DESCRIPTION OF PROJECT: Colusa County is requesting bids (RFB)

More information

June 11, To: Prospective Bidders,

June 11, To: Prospective Bidders, June 11, 2015 To: Prospective Bidders, The College Hill Community Urban Redevelopment Corporation ( CHCURC ), a nonprofit in the City of Cincinnati, is currently administering a Façade Improvement Program

More information

SPECIAL PROJECT NEEDS AGREEMENT (Template B) for the [PROJECT NAME]

SPECIAL PROJECT NEEDS AGREEMENT (Template B) for the [PROJECT NAME] SPECIAL PROJECT NEEDS AGREEMENT (Template B) for the [PROJECT NAME] [Project Name] Special Project Needs Agreement page 2 SPECIAL PROJECT NEEDS AGREEMENT BY AND BETWEEN: ENTERED INTO THIS DAY OF, 20 THE

More information

CAPITAL PROJECT PROCESS

CAPITAL PROJECT PROCESS CAPITAL PROJECT PROCESS May 2009 GETTING STARTED What is a project? A project is defined as all work (maintenance & repair or renovation) that requires 5,000 or more in time and materials and/or is sufficiently

More information

Pittsburgh, PA 15213

Pittsburgh, PA 15213 The Board of Public Education of the School District of Pittsburgh Administration Building, 341 South Bellefield Avenue Pittsburgh, PA 15213 Inquiry Number 8796 Sealed bids for material listed herein will

More information

Cost of Construction Labor and Equipment

Cost of Construction Labor and Equipment Cost of Construction Labor and Equipment Steps of Detailed Cost Estimate Review the bidding documents. Check for general conditions, specifications and drawings. If any discrepancies exist, record them

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Cleveland County REQUEST FOR PROPOSAL DESCRIPTION: DORAN MILL ASBESTOS ABATEMENT AND DEMOLITION DATE OF ADVERTISEMENT: February 21, 2018 PRE-BID MEETING: March 8, 2018, 10:00am at the Doran Mill, 404 Polkville

More information

GENERAL CONTRACT - PROPOSAL FORM (revised )

GENERAL CONTRACT - PROPOSAL FORM (revised ) VENDOR NAME GENERAL CONTRACT - PROPOSAL FORM (revised 4-2017) Sealed proposals for lump-sum General Contract will be received at the office of the Procurement & Strategic Sourcing by electronic submission

More information

SOLICITATION, OFFER AND AWARD

SOLICITATION, OFFER AND AWARD SOLICITATION, OFFER AND AWARD 2. CONTRACT NO. N00024-09-C-2240 7. ISSUED BY NAVAL SEA SYSTEMS COMMAND STOP20401333ISAAC HULLAVE SE WASHINGTON NAVYYARD DC 20376-2040 N00024 1. THIS CONTRACTIS A RATED ORDER

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA SITE ADDRESS: BIDS DUE: NEILLS CREEK PARK 3885 NEILLS CREEK RD ANGIER, NC 27501 TUESDAY, APRIL 17th @ 2:00 PM HARNETT

More information

Section B Services, Ordering and Prices

Section B Services, Ordering and Prices Section B Services, Ordering and Prices B.1 Background Federal Strategic Sourcing was mandated by the Office of Management and Budget's (OMB s) Office of Federal Procurement Policy, and implemented by

More information

Request for Qualifications/Proposal RFQ/RFP number 1371

Request for Qualifications/Proposal RFQ/RFP number 1371 - Request for Qualifications/Proposal RFQ/RFP number 1371 Due Thursday, August 13, 2015 9:30 A.M. CDST Construction Manager-At-Risk Addition to Prairie Creek Elementary School Architect: Corgan Associates,

More information

Valley Regional Fire Authority Invitation to Bid

Valley Regional Fire Authority Invitation to Bid VRFA 16-01: General Contractor for Facility Improvements at Fire Stations 31 and 38 Responses due by 5:00 pm PST on September 14, 2016 1.0 Introduction. The Valley Regional Fire Authority (VRFA) is seeking

More information