Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOLICITATION NOTICE

Y -- Hurricane Florence Recovery Facilities at Stone Bay, MCB Camp Lejeune, MILCON Package 6

Notice Date
4/1/2020 10:09:50 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008519R9256
 
Response Due
5/14/2020 11:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
John Bishop, Phone: 7573411979, HOLLY SNOW, Phone: 7573411046
 
E-Mail Address
john.p.bishop1@navy.mil, HOLLY.SNOW@NAVY.MIL
(john.p.bishop1@navy.mil, HOLLY.SNOW@NAVY.MIL)
 
Description
NAVAL FACILITIES ENGINEERING COMMAND, MID-ATLANTIC ACQUISITION CORE 9324 VIRGINIA AVENUE, NORFOLK, VA 23511 POC: John Bishop, John.P.Bishop1@navy.mil INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD CONSTRUCTION CONTRACT FOR LARGE GENERAL CONSTRUCTION PROJECTS IN MARINE CORPS FACILITIES, PRIMARILY CAMP LEJEUNE AND CHERRY POINT, NORTH CAROLINA, NAVFAC MID-ATLANTIC For Proposed Task Order: DESIGN-BUILD HURRICANE FLORENCE FACILITIES AT STONE BAY �MARINE CORPS BASE CAMP LEJEUNE, NORTH CAROLINA HURRICANE FLORENCE RECOVERY MILCON PACKAGE 6 For Contracts: N4008520D0032�� AMERESCO 5550 Seventy-Seven Center Drive Suite 380 Charlotte, NC 28217� Email: nbulgarino@ameresco.com N4008520D0033 Archer Western Federal JV 929 West Adams Street ������������������� Chicago, IL 60607 Email: dmarchiori@walshgroup.com ����������� �adecarlo@walshgroup.com ����� ����� � N4008520D0035�� Sauer Incorporated 11223 Phillips Parkway Drive East Jacksonville, FL 32256 Email: Sauerjaxestimating@sauer-inc.com N4008520D0036 The Whiting-Turner Contracting Company 6305 Ivy Lane, Suite 800 Greenbelt, Maryland 20770 Email: sam.abutaleb@whiting-turner.com N4008520D0034�� RQ Construction, LLC 1620 Faraday Ave. Carlsbad, CA 92008 Email: grogers@rqconstruction.com tnichols@rqconstruction.com NAVFAC Solicitation No.:� ������������������������� N40085-19-R-9256 NAVFAC EPROJECT Number:������������������������������ 1639552 Date of Task Order Solicitation Issuance:� 30 March 2020 � ONLY THOSE CONTRACTORS HOLDING CONTRACTS N4008520D0032 (AMERESCO), N4008520D0033 (Archer Western Federal JV), N4008520D0034 (RQ Construction LLC), N4008520D0035 (Sauer Incorporated), and N4008520D0036 (The Whiting Turner Contracting Company) ARE PERMITTED TO PROPOSE IN RESPONSE TO THIS SOLICITATION.� PROPOSALS FROM ANY OTHER OFFERORS ARE NOT PERMITTED AND WILL NOT BE CONSIDERED. Title Hurricane Florence Recovery Facilities at Stone Bay Location of Work Marine Corps Base Camp Lejeune, North Carolina ���������������������������������������������� Description of Work P1534 � Replace MARSOC ITC Team Facility Constructs a 31,500 square foot academic instruction facility.� The structures will be single-story steel frame buildings with brick veneer over metal studs and standing seam metal roofs. Site improvements include demolition, utilities, and parking. P1507 � Replace WTBN HQ Constructs a 20,000 square foot low-rise steel frame headquarters facility for Weapons Training Battalion (WTBN) with reinforced concrete masonry unit with reinforced masonry walls, brick veneer, reinforced concrete floors, and standing seam metal roof. The facility includes administrative and support space necessary to conduct the day-to-day operations, academic instruction classroom and range operations for WTBN.� Site improvements include demolition, utilities, and parking. NAICS Code� 236220 � Commercial and Institutional Building Construction Time for Completion All work shall be completed no later than 1,826 calendar days from award.� (This includes 15 days for bonds and administrative matters) ����������������������������������� ��� Estimated Price Range In accordance with DFARS 236.204 Disclosure of the Magnitude of Construction Projects, the estimated price range is between $25,000,000 and $100,000,000 Design-To Budget The following Estimated Costs of Construction for each Project in the Package are as follows and are provided for informational purposes and are not hard ceilings. Project Project Title Design-To-Budget P1507F Replace WTBN Headquarters �$15.0M P1534F Replace MARSOC ITC Team Facility �$24.1M Package 4 Total �$39.1M Wage Determination Incorporate Wage Decision Number NC20200038 01/03/2020 to this procurement and is attached in its entirety at the end of this document. Liquidated Damages In accordance with FAR 52.211-12, Liquidated Damages � Construction (SEP 2000), If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount show in the table below per project for each calendar day of delay until the work is completed or accepted. Liquidated damages will be assessed on a per project basis based on the individual project completion dates. Project Number Project Title LD Daily Rate P1534F Replace MARSOC ITC Facility $1,066 P1507F Replace WTBN HQ $1,715 Special Scheduling See Specification Section 01 11 00 Summary of Work, for special scheduling requirements. Utilities In accordance with FAC 5252.236-9305 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.� The Contractor shall provide and maintain, at his expense, the necessary service lines from existing Government outlets to the site of work. Record Shop Drawings In accordance with FAR 52.236.21, Specifications and Drawings for Construction (FEB 1997) and FAC 5252.236-9310 Record Drawings (OCT 2004), record shop drawings are required.� Reproducible copies of these record drawings are required. Basis for Award The proposed task order will be awarded to the responsible offeror offering the best value to the Government.� To make a determination of Best Value, the Government shall evaluate price and the following non-cost/price factors: Factor 1 � Technical Solution Factor 2 � Management Approach Factor 3 � Past Performance The relative order of importance of the non-price evaluation factors is the technical factors (Factors 1 and 2), when combined, are of equal importance to the performance confidence assessment (past performance) rating (Factor 3); and all technical factors and the performance confidence assessment (past performance) rating, when combined, are significantly more important than price. Evaluation Factors for Award The proposed task order will be awarded to the responsible offeror offering the best value to the Government.� To make a determination of Best Value, the Government shall evaluate price and the following non-cost/price factors: Factor 1 � Technical Solution Factor 2 � Management Approach Factor 3 � Past Performance All technical factors (Factors 1 and 2), when combined, are of equal importance to the performance confidence assessment (past performance) rating (Factor 3); and all technical factors and the performance confidence assessment (past performance) rating, when combined, are significantly more important than price. The importance of price will increase if the offerors' non-cost/price proposals are considered essentially equal in terms of overall quality, or if price is so high as to significantly diminish the value of a non-price proposal's superiority to the Government.� In any event, award will be made to the responsible offeror representing the best value to the Government, price and non-price factors considered. Non-Price Evaluation Factors (a) Non-price Factors 1, 2 & 3: Solicitation Submittal Requirements:� Non-price binder: The offeror shall submit one (1) original electronically, marked �Original� in accordance with the directions and submission requirements detailed in the solicitation or subsequent amendments.� Additionally, the offeror shall submit one (1) hard copy Original, marked �Original�; one (1) CD-ROM; and two (2) copies, marked �Copy�, in accordance with the directions and submission requirements detailed in the solicitation or subsequent amendments.� All hard copies shall be in separate 3-ring binders.� All submissions shall including the following: Cover page with Solicitation Number, Solicitation Title, Prime Contractor Name, Address, Phone Number, Fax Number, DUNS, CAGE Code, Point of Contact, Phone Number, and Email Address; 8 � x 11 paper, 10-point font; Refer to individual factors for page limitations. Pages that exceed indicated page limitations shall not be evaluated; and Additionally, include an electronic version of the price and non-price proposal on one CD-ROM. As with the price proposal, in the event of a discrepancy between the original and copies (or CD-ROM), the electronic version marked �Original� of the proposal will govern. �Furthermore, any price information within the technical proposal (non-price proposal) will not be considered. Likewise, any technical/non-price information within the price proposal will not be considered. Factor 1 � Technical Solution Solicitation Submittal Requirements: Provide a narrative describing the technical solution to the project that meets the requirements of the RFP.� A technical narrative is required for each of the Projects included in this MILCON Package: P1534F � Replace MARSOC ITC Team Facility, and P1507F � Replace WTBN Headquarters.� The description shall include the following systems at a minimum:� Architectural Building structure Building envelope Mechanical Systems and DDC Controls to include accessibility to Mechanical room and circulation within the mechanical system. Electrical and Communication Systems infrastructure. Resiliency to include cyber secure EMCS integration, utility metering and controls Anti-terrorism/force protection (ATFP) features General concept proposed to meet sustainability and low impact development (LID). Site layout to include improvements and/or efficient use of sites. Special systems. Provide concept drawings for: P1507F � Replace WTBN Headquarters Concept drawings shall include: Site Plan including primary facilities, roadways, parking, emergency vehicle access, and ATFP standoff distances. Floor Plan including interior circulation, adjacencies, square footage and mechanical spaces. Narrative shall not exceed two (2) double-sided pages (or four (4) single-sided pages) for each MILCON project included in the Package.� Include up to a total of six (6) conceptual drawings for P1507F to supplement the narrative. The Government will not consider information submitted beyond this page limit, but the conceptual drawings are not included in the limit. Basis of Evaluation: The Government will evaluate the narrative and conceptual drawings considering the extent to which the Offeror demonstrates a clear understanding of the architectural and engineering requirements of the project. The Government will evaluate the Offeror's technical solution to determine adherence to or enhancing of the technical requirements of the RFP. The narrative does not require the identification of specific subcontractors.� However, if the Offeror identifies a specific subcontractor to perform major or critical aspects of the requirement to demonstrate an acceptable technical solution under this evaluation factor, the proposal must provide a letter of commitment and explanation of the meaningful involvement that the subcontractor will have in performance of this contract. NOTE: The awardee�s proposed concept drawings may be incorporated into the contract and may be subject to change at the project Concept Design Workshop. Factor 2 � Management Approach Solicitation Submittal Requirements: Provide a narrative describing the project management approach that meets the requirements of the RFP.� Organize the narrative into three parts to address the following: Management Team Management of the multiple and concurrent construction sites included in this RFP. Plan for securing, managing, and maintaining subcontracted labor for this RFP. Provide a chart and accompanying narrative to demonstrate the management hierarchy (by position) of the entire Package and each individual project to include both the design and construction teams.� This narrative shall include authorities; roles; responsibilities; and a brief synopsis of the names, education, training and experience of key individuals based on the proposed management structure. (Note:� Key individuals may vary among offerors based on the proposed management structure.) Mechanical Systems HVAC and Direct Digital Control (DDC) installation and performance verification plan to ensure a sound design.�� Narrative shall address contractor�s plan to ensure the DDC connects and communicates appropriately with the existing energy management control system (EMCS). Quality control approach to mechanical and DDC systems in design, construction, and project closeout phase.� Narrative shall include how DOR will be involved in this approach.� Narrative shall include the name of the proposed Mechanical Engineer who will be responsible for the design of the Mechanical Systems; as well as a brief synopsis of his or her education, training, and related experience with similar facilities. Management of commissioning process. Safety Program Describe the plan for safety that will be implemented to evaluate safety performance of potential subcontractors as part of the selection process for all levels of subcontractors. Fully describe the safety management system that they will use to oversee the safety compliance and performance of self-performed and subcontractor performed work. Describe any innovative methods that will be employed to ensure and monitor safe work practices at self-performed and/or all subcontractor levels. Describe methodology to execute an effective safety program that facilitates sound mishap prevention techniques and processes, employee reporting of unsafe conditions, unsafe activities, and near-miss mishaps.� Schedule: In addition to the above narrative, the offeror shall: Project Specific Master Schedules: Include a Master Schedule for each Project included in this Package (list of Projects below).� Each Project Master Schedule shall include a high level schedule with major milestones, for both design and construction on the critical path. Include a duration for each Project from contract award. Offeror is required to complete Attachment H and include it in their proposal for this factor.� In the event of a discrepancy between the Attachment H duration from award and the narrative duration from award, the Attachment H duration from award will govern. Attachment H is not included in the page limit restrictions.� NOTE: The awardee�s proposed project duration from award for each Project may be incorporated into the contract, especially if the schedule reduces the project timeframe.� Upon award, each project will have a separate completion date. Package Master Schedule: Include one Package Master Schedule that addresses the design and construction of all buildings within the Package is required.� The Package Master Schedule shall include a high level schedule with major milestones, for both design and construction, on the critical path The Package Master Schedule shall demonstrate both projects completed within 1,826 days of award. The proposed Package Master Schedule shall account for priority sequence listed below. Project # Project Title Package Priority P1534F Replace MARSOC ITC Team Facility 1 P1507F Replace WTBN Headquarters 1 The Narrative for elements (1) Management Team, (2) Mechanical Systems, and (3) Safety Program detailed above shall not exceed eight (8) double-sided pages (or 16 single-sided pages).� Up to three (3) organizational charts may be provided to supplement the narrative.� The Government will not consider information submitted beyond this page limit (which does not include the organizational charts). The Narrative for element (4) Schedule detailed above shall not exceed one 11x17 sheet per Project Master Schedule and one 11x17 sheet for the Package Master Schedule. Basis of Evaluation: Management Team: The Government is seeking to determine that the Offeror has a defined management team identified to properly manage multiple projects and constructions sites simultaneously under this contract.� A project management approach that creatively puts people or processes in place to minimize potential construction delays may be considered more favorably.� Mechanical Systems: The Government will evaluate the Offeror�s mechanical system approach to ensure design, construction, and project closeout are integral to the management approach of the Offeror to deliver a quality HVAC and Controls systems.� A project management approach that emphasizes the quality of design, installation and testing of mechanical systems and controls integration may be considered more favorably. Safety Program:� The board will evaluate the narrative to determine the degree to which subcontractor safety performance will be considered in the selection of all levels of subcontractors on the upcoming project.� The board will evaluate the narrative to determine the degree to which innovations are being proposed that may enhance safety on this procurement and validate the contractor has addressed methodology to be used in the execution of an effective program that facilitates sound mishap prevention techniques/processes, employee reporting of unsafe conditions, unsafe activities, and near-miss mishaps.� Schedule: The Government will evaluate the Offeror�s proposed schedule to ensure it is technically feasible within the designated construction completion date.� The Government will evaluate the Offeror�s proposed completion date for each Project included in this Package.� A schedule that phases individual building completion dates within the package so the Government can take beneficial occupancy earlier than the 1,826 days overall completion date may be considered more favorably. Factor 3 � Past Performance: (a)������� Solicitation Submittal Requirements:� Offerors do not need to provide any information under this factor as the Government will base the evaluation on known past performance on task orders awarded under this Multiple Award Construction Contract (MACC).� However, Offerors are highly encouraged to provide any information on problems encountered and the corrective actions taken on task orders under this MACC.� Offerors are also highly encouraged to address any adverse past performance issues under this MACC.� Explanations shall not exceed two (2) double-sided pages (or four (4) single-sided pages) in total.� The Government will not consider information in excess of this page limit. �(b)������ Basis of Evaluation: This evaluation focuses on how well the Offeror performed on projects under this MACC.� More emphasis will be placed on task orders that are more similar to the RFP for this task order.� The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government.� Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS), inquiries of owner representative(s), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), and any other known sources.� The Government will consider the currency and relevance of the information, the source of the information, context of the data, and general trends in the Contractor�s performance. This evaluation is separate and distinct from the Contracting Officer�s responsibility determination.� The assessment of the Offeror�s past performance will be used as a means of evaluating the Offeror�s ability to successfully meet the requirements of the RFP.�� Offerors lacking past performance will receive a Neutral Confidence rating. Price a.� Price: ����������� (1)� Solicitation Submittal Requirements:� ����������������������� Price shall be submitted on the Price Proposal Form included in the solicitation. The offeror shall submit one (1) original electronically, marked �Original� in accordance with the directions and submission requirements detailed in the solicitation or subsequent amendments.� Additionally, the offeror shall submit one (1) hard copy Original, marked �Original�; one (1) CD-ROM; and one (1) hard copy, marked �Copy�, in accordance with the directions and submission requirements detailed in the solicitation or subsequent amendments.� All hard copies shall be in separate 3-ring binders.� All submissions shall including the following: Cover page with solicitation number, solicitation title, offeror name, address, phone number, fax number, DUNS, CAGE code, Point of Contact (POC), POC phone number, and POC email address; Completed SF 1442 signed with all amendments acknowledged; Price Proposal Form; Copy of Representation and Certifications and proof of registration in System for Award Management (SAM); Confirmation of filing of Veterans� Employment and Training (VETS) VETS-4212 for the 2018 filing cycle; Bid Guarantee in accordance with FAR Clause 52.228-1, Bid Guarantee. Amount shall be at least 20 percent of the proposed price, but shall not exceed $3 million; and Responsibility Determination Information (see below). In the event of a discrepancy between the original and copies, the electronic version marked �Original� of the proposal will govern.� Also, price information included in the non-price/technical proposal will not be considered.� Likewise, non-price/technical information included in the price proposal will not be considered. The offeror is required to submit a complete Price Proposal Form that includes completion of all contract line items numbers (CLINs). ADDITIONAL INFORMATION TO BE SUBMITTED WITH PRICE PROPOSAL PACKAGE: RESPONSIBILITY DETERMINATION INFORMATION � In order to be eligible for award, the offeror must be determined responsible in accordance with FAR Part 9, specifically FAR 9.104-1, General Standards. In a separate tab, the offeror shall provide the following information in the price proposal package: 1. One (1) signed bank reference demonstrating adequate financial resources. If offeror�s firm has a line of credit � provide information on how many figures offeror can borrow against the line of credit (i.e. medium 6 figures � exact line of credit is not required). 2. The offeror shall provide the latest three complete fiscal year financial statements for the prime contractor, certified by an independent accounting firm, if practicable, or signed by an authorized officer of the organization. Submit evidence of availability of working/operating capital, which will be used for the performance of the resultant contract. For Joint Venture arrangements, submit the latest three complete fiscal year financial statements for each company in the Joint Venture and discuss the financial responsibilities among the companies. The Government may also utilize Dun & Bradstreet reports to evaluate the financial capacity of the offeror. 3. Description of offeror�s facilities and equipment. 4. Other offeror�s work presently under contract. ����������� (2)� Basis of Evaluation: The Government will evaluate price based on the total 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 IGCE. ����������������������� (c)� Comparison of proposed prices with available historical information. ����������������������� (d)� Comparison of market survey results. Designer of Record Offerors must use the Designer of Record(s) proposed with the MACC seed project proposal unless permission to deviate is received from the Contracting Officer. Proposal Acceptance Period The proposal acceptance period shall be 120 calendar days from receipt of offers. Bid Option Period The bid option period shall be 180 calendar days from contract task order award. Site Visit A site visit has not been schedule at this time.� In lieu of a site visit, pictures of the site(s) will be posted via amendment.� In order to facilitate this, a Government employee will visit the job site(s) and take pictures requested by all offerors.� Please submit any requests for site specific photographs via email to john.p.bishop1@navy.mil with as much detail as possible to ensure accurate photographs are taken.� Please submit all requests for photographs by Thursday, April 9, 2020. Bid Guarantee In accordance with FAR 52.228-1 Bid Guarantee, a bid bond in the amount of 20% of the proposal price is required with proposal submission.� Bonding Requirements In accordance with FAC 5252.228-9305 Notice of Bonding Requirements (DEC 2000), Performance and Payment Bonds are required from the contract task order awardee 15 calendar days after date of task order award. Proposal Due Date��� Technical Proposal Electronic Copy due: Thursday, May 14, 2020 2:00 p.m. Eastern Time Technical Proposal Hard Copy due: Tuesday, May 19, 2020 2:00 p.m. Eastern Time Price Proposal Electronic Copy due: Friday, May 29, 2020 2:00 p.m. Eastern Time Price Proposal Hard Copy due: Thursday, June 4, 2020 2:00 p.m. Eastern Time Proposals shall be emailed to John.P.Bishop1@navy.mil by the due date and time noted above.� In addition, hard copy proposals (both Technical and Price) shall be delivered by mail only on the date and time listed above, respectively. Proposal shall be labeled �PRICE PROPOSAL OR NON-COST/PRICE FACTORS PROPOSAL FOR RFP N4008519R9256, ATTN: JOHN BISHOP; DO NOT OPEN IN MAIL ROOM�. Hand delivered proposals will not be accepted. Express Mail to: �������������������������������������������� Naval Facilities Engineering Command, Mid-Atlantic 9324 Virginia Avenue Building Z-140, Room 216 Norfolk, Virginia 23511 Attn: John Bishop, ACQ2������������������������������ ����������������������� Pre-Proposal Inquiries (PPIs)� PPIs must be submitted on Attachment A in writing to John Bishop, John.P.Bishop1@navy.mil, no later than 14 days before the Technical Proposal Electronic Copy due date, 1400 local time. PPI�s received after this deadline may not be answered. ATTACHMENT A:����� Pre-Proposal Inquiry Form ATTACHMENT B:����� Price Proposal Form ATTACHMENT C:����� Wage Determination General Decision Number � NC20200038 01/03/2020 ATTACHMENT D:����� Package Six RFP � Vol 1 of 4 ����������������������������������� Package Six RFP � Vol 2 of 4 ����������������������������������� Package Six RFP � Vol 3 of 4 ����������������������������������� Package Six RFP � Vol 4 of 4 ATTACHMENT C ATTACHMENT C: "" General Decision Number: NC20200038 01/03/2020 Superseded General Decision Number: NC20190038 State: North Carolina Construction Type: Building County: Onslow County in North Carolina. 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 $10.80 for calendar year 2020 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, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020.� If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate).� The EO minimum wage rate will be adjusted annually.� Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number���� Publication Date ����� ����0������������ 01/03/2020 �IRON0848-005 02/01/2018 ��������������������������������� Rates��������� Fringes IRONWORKER, STRUCTURAL...........$ 25.00����������� 13.50 ---------------------------------------------------------------- * PLUM0421-003 07/01/2018 ��������������������������������� Rates��������� Fringes PIPEFITTER.......................$ 28.00����������� 12.01 ---------------------------------------------------------------- � SUNC2011-019 08/24/2011 ��������������������������������� Rates ���������Fringes BRICKLAYER.......................$ 19.00������������ 0.00 � CARPENTER (Drywall Hanging�� Only)............................$ 13.83������������ 0.00 � CARPENTER (Form Work Only).......$ 13.38������������ 1.80 � CARPENTER, Excludes Drywall�� Hanging, and Form Work...........$ 16.39������������ 4.26 � CEMENT MASON/CONCRETE FINISHER...$ 15.80������������ 0.00 � ELECTRICIAN......................$ 20.64������������ 6.68 � HVAC MECHANIC (HVAC Duct�� Installation Only)...............$ 17.37������������ 1.82 � LABORER:� Common or General......$ 11.13������������ 0.32 � LABORER:� Landscape &�� Irrigation.......................$� 9.13������������ 0.28 � LABORER:� Pipelayer..............$ 13.35������������ 2.80 � LABORER: Mason�� Tender-Brick/Cement/Concrete.....$ 12.00������������ 0.00 � OPERATOR:��� Backhoe/Excavator/Trackhoe.......$ 18.47������������ 2.41 � OPERATOR:� Bulldozer.............$ 16.00������������ 1.87 � OPERATOR:� Crane.................$ 19.77������������ 4.48 � OPERATOR:� Forklift..............$ 13.86������������ 0.00 � OPERATOR:� Grader/Blade..........$ 15.72������������ 1.49 � OPERATOR:� Loader................$ 16.17������������ 0.25 � PAINTER:� Brush, Roller and�� Spray............................$ 12.35������� �����0.00 � PLUMBER..........................$ 18.48������������ 3.93 � ROOFER...........................$ 11.75������������ 1.06 � SHEET METAL WORKER, Excludes�� HVAC Duct Installation...........$ 15.81������������ 1.40 �TRUCK DRIVER.....................$ 13.38������������ 1.48 ---------------------------------------------------------------- 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, 2017.� 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 www.dol.gov/whd/govcontracts. 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 averag...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/537950bc569f4009962e35ef3db9beca/view)
 
Place of Performance
Address: NC, USA
Country: USA
 
Record
SN05607154-F 20200403/200401230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.