gf-2018-r-0076, idiq general construction and design build...

29
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1 · Contract Number Page of Pages 1 I 1 2. AmendmenUModification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption tDIQ General Construction and Design GF-2019-R-0076-Amend-003 See Box 16 Below Build Contractors 6. Issued By· Codel 7. Administered By (If other than line 6) Capital Procurement Division University of the District or Columbia Office of Strategic Sourcing & Procurement 4200 Connecticut Avenue, NW, Room C/04 4200 Connecticut Avenue, NW Building 38 Building 39 Suite 200C Washington, DC 20008 Washington, DC 20008 8. Name and Address or Contractor (No. Street, city, country, state and ZIP Code) (X) 9A. Amendment or Solicitation No. ,__ GF-2019-R-0076 9B. Dated (See Item 11) September 20, 2019 10A. Modification or ContracUOrder No. 10B. Dated (See Item 13) Codel I Facilitvl 11 . THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS , [LlThe above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt or bids l,2Ll is extended. LJis not extended. Offers must acknowledge receipt or this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items Band 15, and returning __ 3_copy of the amendment: (b) By acknowledging receipt or this amendment on each copy of the offer submitted; or (c) By separate letter or fax which includes a reference to the solicitation and amendment number. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue or this amendment you desire to change an offer already submitted, such change may be made by letter or rax, provided each letter or telegram makes reference to the solicitation and this amendment. and is received prior to the opening hour and date specified. 12. Accounting and Appropriation Data (If Required) I 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14 A. This change order is issued pursuant to: (Specify Authority) The changes set forth In Item 14 are made In the contracUorder no. in item 10A. B. The above numbered contracUorder is modified to renecl the administrative changes (such as changes in paying office, appropriation date, etc.) set forth in item 14, pursuant to the authority of 27 DCMR, Chapter 36, Section 3601.2. C. This supplemental agreement is entered into pursuant to authority of : D. Other (Specify type of modification and authority) E. IMPORTANT: Contractor LJis not, L! j ls required to sign this document and return 5 copy to the Issuing office. 14 Description of amendmenUmodification (Organized by UCF Section headings, induding sol citation/contract subject matter where feasible ) RFP No. GF-2019-R-0076 is hereby amended as follows: 1) The proposal due date remains October I I, 2019 not later than 2:00 P .M. 2) Answers to questions received are attached. 3. No additional questions will be entertained. ALL OTHER TERMS AND CONDI TIONS REMAIN UNCHANGED Except as provided herein, all terms and conditions of the document rererenced In Item (9A or 10A) remain unchan ed and in full force and effect 15A. Name and Tille of Signer (Type or print) 16A. Name or Contracting Officer ddie Whitaker .15B Name of Contractor 1 15C. Date Signed (Signature of peBOn authorized to sign)

Upload: others

Post on 23-May-2020

6 views

Category:

Documents


0 download

TRANSCRIPT

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1· Contract Number Page of Pages

1 I 1 2. AmendmenUModification Number 3. Effective Date 4. Requisition/Purchase Request No. 5. Solicitation Caption

tDIQ General Construction and Design GF-2019-R-0076-Amend-003 See Box 16 Below Build Contractors 6. Issued By· Codel 7. Administered By (If other than line 6)

Capital Procurement Division University of the District or Columbia Office of Strategic Sourcing & Procurement

4200 Connecticut Avenue, NW, Room C/04 4200 Connecticut Avenue, NW Building 38 Building 39 Suite 200C Washington, DC 20008 Washington, DC 20008

8. Name and Address or Contractor (No. Street, city, country, state and ZIP Code) (X) 9A. Amendment or Solicitation No. ,__ GF-2019-R-0076 9B. Dated (See Item 11) September 20, 2019 10A. Modification or ContracUOrder No.

10B. Dated (See Item 13)

Codel I Facilitvl 11 . THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

,[LlThe above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt or bids l,2Llis extended.LJis not extended. Offers must acknowledge receipt or this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: (a) By completing Items Band 15, and returning __ 3_copy of the amendment: (b) By acknowledging receipt or this amendment on each copy of the offer submitted; or (c) By separate letter or fax which includes a reference to the solicitation and amendment number. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue or this amendment you desire to change an offer already submitted, such change may be made by letter or rax, provided each letter or telegram makes reference to the solicitation and this amendment. and is received prior to the opening hour and date specified.

12. Accounting and Appropriation Data (If Required) I

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14

A. This change order is issued pursuant to: (Specify Authority) The changes set forth In Item 14 are made In the contracUorder no. in item 10A. B. The above numbered contracUorder is modified to renecl the administrative changes (such as changes in paying office, appropriation date, etc.) set forth in item 14, pursuant to the authority of 27 DCMR, Chapter 36, Section 3601 .2. C. This supplemental agreement is entered into pursuant to authority of:

D. Other (Specify type of modification and authority)

E. IMPORTANT: Contractor LJis not, L! j ls required to sign this document and return 5 copy to the Issuing office.

14 Description of amendmenUmodification (Organized by UCF Section headings, induding sol citation/contract subject matter where feasible )

RFP No. GF-2019-R-0076 is hereby amended as follows:

1) The proposal due date remains October I I, 2019 not later than 2:00 P .M. 2) Answers to questions received are attached.

3. No additional questions will be entertained.

ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED

Except as provided herein, all terms and conditions of the document rererenced In Item (9A or 10A) remain unchan ed and in full force and effect 15A. Name and Tille of Signer (Type or print) 16A. Name or Contracting Officer

ddie Whitaker .15B Name of Contractor 115C. Date Signed

(Signature of peBOn authorized to sign)

U NIVERSITY1(1~1 D ISTRICT OF

COLUMBIA ---18SI

Office of Strategic Sourcing and Procurement

ANSWERS TO QUESTIONS ON GF-2019-0076 IDIQ GENERAL CONTRACTORS

1. QUESTION

Is a subcontracting plan required with the submission at this time, or is a plan only required by those who are approved for the IDIQ at the time of a task order bid?

ANSWER

A subcontracting plan is required by those who are approved for the IDIQ at the time of a task order bid.

2. QUESTION

Could you also confirm that general contractors who do not self-perform any work are permitted to submit for this on ca ll contract? Therefore, the pricing schedule would only show costs for items #35-37, as all other items would be bid out to subcontracting firms at the time of a TO request.

ANSWER

The prime (general) contractor shall perform at least 50% of the work for each Task Order valued at $250,000.00 or more and subcontract at least 35% of the work to DC Department of Small Local Business Development (0SLBD) certified small business.

3. QUESTION

Would it be possible to arrange for a second pre•bid conference that we can attend?

ASWER

Yes, a second walk through is scheduled for Monday, October 7, 2019 at 1:00 p.m.

-l20l) Conncct1cut Avenue NW. Bldg. 39 2.J floor. Washington, DC 20008 J 202.274.5181 I udc.edu

4. QUESTION

Please advise if attendance at the first conference is mandatory for bidders.

ANSWER

Attendance at the first pre-proposal conference is not mandatory for bidders (offerers).

5. QUESTION

As stated in the RFP, page 6 indicates the bridging documents - drawing, specifications and equipment are available for download. Please provide the link so we can download such documents.

ANSWER

Page six of the solicitation makes no reference to bridging documents, i.e. drawings, specifications, etc. referenced in the question above.

6. QUESTION

Is there a bid bond document requirement for this solicitation? If so, please provide us with the bid bond form?

ANSWER

As specified on page 1 section 14(b) of the solicitation bid bonds are required. However, bonds are not due with bid but with each Task Order Proposal following contract award. Bid, performance, and payment bond forms are attached

7. QUESTION

Please confirm the 75•page limit are not includes required forms (such as 21 pages -First source form, 11 pages - of Offerer Certification forms, 7 pages - Bond capacity and Bond letter ... etc.}

ANSWER

The 75-page limit does not include required forms identified in the solicitation.

2 11' ,I ' I.'

8. QUESTION

Please confirm only Bonding Capacity Letter is required but not a bid bond. Is there any specific form for the bonding capacity letter?

ANSWER

Bid, performance, and payment bonds ARE required prior to issuance of a Task Order for $100,000.00 or more, but not with the initial submission of the proposal for consideration of contract award ..

9. QUESTION

Section LS.1.2.1 Past Performance Form -please confirm the evaluation for apply for a firm/bidder and is not for key personnel individually. Please confirm bidder still need to provide addition letter of recommendation at Section M3.1.2 Key Personnel for each resume (This will increase number of pages and over the 75 pages limit for technical part)

ANSWER

Past Performance Evaluation form pertains to the proposed contracting company. Letter(s) of recommendation will be considered in the technical evaluation of past pe rforma nee.

10. QUESTION

Is this Davis Bacon Wage Scale? Could you please provide Davis Bacon Wage rate?

ANSWER

Wage Determination DC20190002 dated 08/30/2019 is attached.

31 p ,I~•~•

11. QUESTION

SBE Subcontractor plan: this is a unit price proposal for a design team with hourly rate, can this form be waived until UDC award a specific project? Please advise

ANSWER

The contractor shall provide a subcontracting plan, which complies with the requirements of the solicitation, for each Task Order prior to award of the Task Order.

12. QUESTION

Could you please provide bid form?

ANSWER

The bid form is attached.

13. QUESTION

Management Plan Section M3.1.3 item (iv) state "describe two key challenges inherent in a project" - please clarify, since this proposal is a unit price but not a project - how would you like us to response?

ANSWER

The information required pertains to challenges in performing past contracts for the same or similar requirement as that in the solicitation.

14. QUESTION

If possible, could you please give us more time to provide our best proposal to UDC? Thank you.

ANSWER

The proposal due date and time remains October 11, 2019 not later than 2:00 p.m.

41 p I ~ t.

5 I ,. , : <

ATTACHMENT J.2

U.S. DEPARTMENT OF LABOR WAGE DETERMINATIONS NO. DC20190002

DATED 09/30/2019

"General Decision Number: DC20190002 08/30/2019

Superseded General Decision Number: DC20180002

State: District of Columbia

Construction Type: Building

County: District of Columbia Statewide.

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 $10.60 for calendar year 2019 applies to all contracts

subject to the Davis-Bacon Act for which the contract i s

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 li sted on this wage

determination at least $10.60 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

2019. If this contract i s covered by the EO and a

classification considered necess ary for performance of work on

the contract does not appear on thi s wage determination, the

contractor must pay workers in that clas sification at least the

wage rate determined through the conformance process set forth

in 29 CFR 5.S(a)(l)(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

S.l(a)(2)-(60). Additional information on contractor

requirements and worker protections under the EO is available

at www.dol.gov/whd/govcontracts.

Modification Number

0

Publication Date

01/04/2019

1 01/11/2019

2 02/08/2019

3 03/22/2019

4 04/05/2019

5 05/03/2019

6 05/10/2019

7 05/24/2019

8 06/14/2019

9 06/28/2019

10 07/19/2019

11 07/26/2019

12 08/02/2019

13 08/09/2019

14 08/16/2019

15 08/30/2019

ASBE0024-007 04/01/2019

Rates Frin11es

ASBESTOS WORKER/HEAT & FROST

INSULATOR .......... , , ... . , .•..... $ 36. 53 16.42+a

Includes the application of all insulating materials,

protective coverings, coatings and finishes to all types of

mechanical systems

a. PAIO HOLIDAYS: New Year's Day, Martin Luther King Day,

Memorial Day, Independence Day, Labor Day, Veterans' Day,

Thanksgiving Day,the day after Thanksgiving and Christmas

Day provided the employee works the regular work day before

and after the paid holiday.

ASBE0024-008 10/01/2017

Aat es Fri nces

ASBESTOS WORKER: HAZARDOUS

MATERIAL HANDLER • • • . •.•..•....... $ 22.81 7.34+a

Includes preparation, wetting, stripping, removal, scrapping,

vacuuming, bagging and disposing of all insulation

materials, whether they contain asbestos or not, from

mechanical systems

a. PAID HOLIDAYS: New Year's Day, Martin Luther King Day,

Memorial Day, Independence Day, Labor Day, Veterans' Day,

Thanksgiving Day,the day after Thanksgiving and Christmas

Day provided the employee works the regular work day before

and after the paid holiday.

ASBE0024-014 10/01/2017

Rates Fringes

FIRESTOPPER ..................•••• $ 28.01 7.7B+a

Includes the application of materials or devices within or

around penetrations and openings in all rated wall or floor

assemblies, in order to prevent the pasage of fire, smoke

of other gases. The application includes all components

involved in creating the rated barrier at perimeter slab

edges and exterior cavities, the head of gypsum board or

concrete walls, joints between rated wall or floor

components, sealing of penetrating items and blank openings.

a. PAID HOLIDAYS: New Year's Day, Martin Luther King Day,

Memorial Day, Independence Day, Labor Day, Veterans' Day,

Thanksgiving Day,the day after Thanksgiving and Christmas

Day provided the employee works the regular work day before

and after the paid holiday.

BRDC0001-002 04/28/2019

Rat,s

BRICKLAYER .. ..................... $ 32.00

CARP0197-011 05/01/2019

CARPENTER, Includes Drywall

Hanging, Form Work, and Soft

Rates

Floor Laying-Carpet., .•••.... , ... $ 29.00

CARP0219-001 05/01/2019

Fringes

11 . 57

Fringes

12.71

Rates

MILLWRIGHT ....................... $ 35.99

CARP0441·001 05/01/2018

Rates

PILEDRIVERMAN .••. , •• , , ........... $ 30.94

ELEC0026·016 06/03/2019

ELECTRICIAN, Includes

Ins ta llat ion of

Rates

HVAC/Temperature Controls .... ,.,.$ 46,25

ELEC0026·017 09/03/2018

Rates

ELECTRICAL INSTALLER (Sound

& Communication Systems) ......•.. $ 28.05

Fringes

11.23

Fringes

11.45

Fringes

18 .74

Fringes

10.91

SCOPE OF WORK: Includes low voltage construction,

installation, maintenance and removal of teledata

facilities (voice, data and video) including outside plant,

telephone and data inside wire, interconnect, terminal

equipment, central offices, PABX, fiber optic cable and

equipment, railroad communications, micro waves, VSAT,

bypass, CATV, WAN (Wide area networks}, LAN (Local area

networks) and ISDN (Integrated systems digital network).

WORK EXCLUDED: The installation of computer systems in

industrial applications such as assembly lines, robotics

and computer controller manufacturing systems . The

installation of conduit and/or raceways shall be installed

by Inside Wiremen . On sites where there is no Inside

Wireman employed, the Teledata Technician may install

raceway or conduit not greater than 10 feet. Fire alarm

work is excluded on all new construction sites or wherever

the fire alarm system is installed in conduit. All HVAC

control work.

ELEV0010-001 01/01/2019

Rates Fringes

ELEVATOR MECHANIC ................ $ 45. 53 33.705+a+b

a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence

Day, Labor Day, Veterans' Day, Thanksgiving Day, Christmas

Day and the Friday after Thanksgiving.

b. VACATIONS: Employer contributes 8% of basic hourly rate

for S years or more of service; 6% of basic hourly rate for

6 months to S years of service as vacation pay credit.

IRON0005-006 06/01/2019

Rates Fringes

IRONWORKER, STRUCTURAL. .......... $ 32.50 22.385

IRON0005 •012 05/01/2019

f:ringes

IRONWORKER, REINFORCING .. • , •.••• . $ 28.95 21.08

LAB00011 ·009 06/01/2019

Rates Fringes

LABORER: Skilled ................ $ 25.05 8.52

FOOTNOTE: Potmen, power tool operator, small machine

operator, signalmen, laser beam operator, waterproofer

(excluding roofing), open caisson, test pit, underpinning,

pier hole and ditches, laggers and all work associated with

lagging that is not expressly stated, strippers, operator

of hand derricks, vibrator operators, pipe layers, or tile

layers, operators of jackhammers, paving breakers, spaders

or any machine that does the same general type of work,

carpenter tenders, scaffold builders, operators of

towmasters, scootcretes, buggymobiles and other machines of

similar character, operators of tampers and rammers and

other machines that do the same general type of work,

whether powered by air, electric or gasoline, builders of

trestle scaffolds over one tier high and sand blasters,

power and chain saw operators used in clearing, installers

of well points, wagon drill operators, acetylene burners

and licensed powdermen, stake jumper,demolition.

MARB0002-004 04/28/2019

Rates Fringes

MARBLE/STONE MASON ............... $ 38.81 18.29

INCLUDING pointing, caulking and cleaning of All types of

masonry, brick, stone and cement EXCEPT pointing, caulking,

cleaning of existing masonry, brick, stone and cement

(restoration work)

MARB0003·006 04/ 28/ 2019

llates Fringes

TERRAZZO WORKER/SETTER ...•.•••..• $ 29.12 12.27

MARB0003-007 04/28/2019

Rates Fringes

TERRAZZO FINISHER .........•.••..• $ 24 .10 11.24

MARB0003-008 04/28/2019

Rates Fringes

TILE SETTER ...................... $ 29.12 12.27

MARB0003· 009 04/28/2019

Rates Fringes

TILE FINISHER .................... $ 24.10 11.24

PAIN0051·014 06/01/2018

R.ites

GLAZIER

Glazing Contracts $2

million and under ........... $ 26.07

Glazing Contracts over $2

million .................•..• $ 30.31

PAIN0051·015 06/01/2018

PAINTER

Brush, Roller, Spray and

Drywall Finisher ....... • .... $ 25.06

PLAS0891·005 07/01/2018

Rates

PLASTERER ... . ......... . .......... $ 29. 53

PLAS0891-006 02/01/2019

Rates

CEMENT MASON/CONCRETE FINISHER ... $ 28.45

PLAS0891-007 08/01/2016

Rates

FIRE PROOFER

Handler ..........•.••. • .•..• $ 16.50

Mixer/Pump ................. . $ 18.50

Sprayer .... .. . • ... . .... •. ... S 23. 00

f r i nges

12.15

12,15

F-ri ng@s

9.76

Fringes

6.80

Fringes

11.28

Fringes

4.89

4.89

4 .89

Spraying of all Fireproofing materials . Hand application of

Fireproofing materials. This includes wet or dry, hard or

soft. Intumescent fireproofing and refraction work,

including, but not limited to, all steel beams, columns,

metal decks, vessels, floors, roofs, where ever

fireproofing is required. Plus any installation of thermal

and acoustical insulation. All that encompasses setting up

for Fireproofing, and taken down. Removal of fireproofing

materials and protection. Mixing of all materials either by

hand or machine following manufactures standards.

PLUM0005-010 08/01/2019

Rates Fringes

PLUMBER .......................... $ 43.92 18.95+a

a. PAID HOLIDAYS: Labor Day, Veterans· Day, Thanksgiving Day

and the day after Thanksgiving, Christmas Day, New Year•s

Day, Martin Luther King's Birthday, Memorial Day and the

Fourth of July.

• PLUM0602-008 08/01/2019

~ates fr inges

PIPEFITTER, Includes HVAC

Pipe Installation ..•.... .. . . ..•.. $ 43.14 21.87+a

a. PAID HOLIDAYS: New Year's Day, Martin Luther King•s

Birthday, Memorial Day, Independence Day, Labor Day,

Veterans· Day, Thanksgiving Day and the day after

Thanksgiving and Christmas Day.

ROOF0030· 016 07/01/2019

Rates Fringes

ROOFER •. • ....•... . ....•.• • .•.•.•. $ 30. 25 13. 24

SFDC0669·002 04/01/2019

Rates Fringes

SPRINKLER FITTER (Fire

Sprinklers) ...................... $ 35.60 21.97

SHEE0100•015 07/01/2019

Rates Fringes

SHEET METAL WORKER (Including

HVAC Ouct Installation) ••••.••.•. $ 40.77 21.35+a

a. PAID HOLIDAYS: New Year's Day, Martin Luther King's

Birthday, Memorial Day, Independence Oay, Labor Day,

Veterans Day, Thanksgiving Day and Christmas Day

SUDC2009-003 05/19/2009

Rates

LABORER: Common or General ...... $ 13.04

LABORER: Mason Tender -

Cement/Concrete .. . . . .. •. .. .. . .. .. $ 15.40

LABORER: Mason Tender for

pointing, caulking, cleaning

of existing masonry, brick,

stone and cement structures

(restoration work); excludes

pointing, caulking and

cleaning of new or

replacement masonry, brick,

stone and cement ........ , .•..... . $ 11.67

POINTER, CAULKER, CLEANER,

Includes pointing, caulking,

cleaning of existing masonry,

brick, stone and cement

structures (restoration

work); excludes pointing,

caulking, cleaning of new or

replacement

masonry, brick, stone or

cement. . ...... .. ..... •...... . .. • , $ 18 . 88

Fringes

2.80

2.BS

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 c lassification

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 lis ted 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:

PLUM0198-005 07/01/2014. PLl»I is an abbreviation identifier of

the union which prevailed in the survey for this

classification, which in this example would be Plumbers. 0198

indicates the local union number or district council number

where applicable, i.e., Plumbers Local 0198. 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 l,

2014.

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: SULA2012-007 5/13/2014. 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. 2012 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 -0010

08/29/2014 . 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

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 20210

2. ) 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 20210

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 requester 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 20210

4.) All decisions by the Administrative Review Board are final.

===================================~=================~~~=:======

ENO OF GENERAL DECISIOlf'

ATTACHMENT J.11

SAMPLE OFFER LETTER

[Insert Date]

Mrs. Mary Ann Harris

Attachment J.11

[Contractor's Letterhead]

Chief Procurement Officer & Director University of the District of Columbia Office of Strategic Sourcing & Procurement 4200 Connecticut Avenue, NW Bldg. 39 Suite 200C Washington, DC 20008

Reference: Request for Proposals No. GF-2019-R-0076 for "Indefinite Delivery Indefinite Quantity General Construction & Design Build

Dear Mrs. Harris:

On behalf of [insert name of offeror], I am pleased to submit this proposal in response to the University of the District of Columbia's Request for Proposal (RFP) No. GF-2019-R-0076 to provide "Indefinite Delivery/Indefinite Quantity General Construction & Design Build services" for the University of the District of Columbia. I certify herewith that the Offeror has reviewed the RFP and the attachments thereto, any addenda thereto, and has conducted due diligence and analysis the Offeror, in its sole judgment, has deemed necessary in order to submit its Proposal in response to the RFP. The Offeror's Proposal is as follows (brief description):

Authorized Signature Title

ATTACHMENT J.12

BOND FORMS

BID, PERFORMANCE AND PAYMENT

BID BOND Date Bond Excculed (Musi be s.iinc or later than dale ofConlracO

(CONSTRUCTION} (Sec Instructions on Re\'erse)

PRINCIPAL ( Legal Name and Address) TYPE OF ORGANIZATION ("x "J

□ INDIVIDUAL 0 PARTNERSIIII'

□ JOINT VENTURE 0 CORPORATION

ST A TE OF INCORPORATION

SURETY (IES) (Naine(s) and Adt!ress(cs) PENAL SUM OF BOND

MILLION(S) I THOUSAND(S) HUNDRED(S) I CENTS

CONTRACT DATE CONTRACT NUMBER

KNOW ALL MEN BY THESE PRESENTS. That we, the Principal and Surety(ies) hereto are finnly bounds to the District of Columbia Government, a municipal corporation, hereinafter called the District, in the above penal sum for the payment of which we bind ourselves, our heirs, executors, and successors, bind ourselves in such sum "jointly" and "severally" only for the purpose of allowing a joint action or actions against any or all of us, and for all other purposes each Surety binds itself, jointly and severally with the Principal, for the payment of such sum only as is set forth opposite the name of such Surety, but if no limit of liability is indicated, the limit of liability shall be the full amount of the penal sum.

THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal entered into the Contract identified above.

NOW THEREFORE, if the Principal shall well and truly perform and fulfill all undertakings, covenants, terms and condition, and agreements of the Contract during the original term of the Contract and any extension thereof that may be granted by the District with or without notice to the Surety, and during the life of guaranty required under the Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any duly authorized modifications of the Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, and shall save harmless and indemnify the District from any and all claims, delays, suits, costs, charges, damages, counsel fees, judgments and decrees to which the District may be subjected at any time on account of any infringement by the Principal of letters, patents, or copyrights, unless otherwise specifically stipulated in the Contract or on account of any injury to persons or damage to property or premises that occur as a result of any act or omission of Principal in connection with the prosecution of the work under the Contract and shall pay the same, then the above obligation shall be void; otherwise to remain in full force and virtue.

IN WITNESS WEHREOF, the Principal and Surety(ies) have executed this performance bond and have affixed their seals on the date set forth above.

PRINCIPAL

I. Sigm11ure I. Attest

(Seal)

Name & Title (typed) Name & Title (typed) Corporate Seal

2 . Signature 2. Attest

(Seal) Corporate Name & Title (typed) Seal

Fonn No. DC ~6-10-7

SURETY (JES)

I. Name & Address (l)l'ed) Stale of Inc. Liability Limil

Signalun: of A1torney-in-Fac1 Anesi (Signature) Corpor:llc

Seal

Name & Address (l)'J"'d) Name & Address (lypcd)

I. Name & Address (typed) Stale of Inc. Liability Limil

Signature of Anorncy-in,Facl Anesi (Sii;nature) C'orpornlc

Seal

Name & Address (typed) Name & Address (lypcd)

BOND PREMIUM Ra1c l'er Thousand Total Pmmum Name & Address of Aycncy or Agent Rcccivini; Commission

Appro\'cd Dy·

Ma[i'. A. Harris Contracting Officer

INSTRUCTIONS

I. The full legal name and business address of the Principal shall be inserted in the space designated "Principal" on the face of this form. The bond shall be signed by the authorized person signing the Contract. When such person signing is other than the President or Vice-President of a corporation, evidence of authority shall be furnished. Such evidence shall be in the form of either an Extract of Minutes of a meeting of the Board of Directors, or Extract of Bylaws, certified by the Corporate Secretary, or Assistant Secretary and with Corporate Seal affixed thereto.

2. Corporations executing the bond as sureties shall be among those appearing on the U.S. Treasury Department's list of approved sureties and shall be acting within the limitations set forth therein, and shall also be licensed by the Insurance Administration, Department of Consumer and Regulatory Affairs, to do business in the District of Columbia. The surety shall ( 1) insert on the bond form the name and addresses of the agency receiving the commission; and (2) attach an adequate Power-of-Attorney for each representative signing the bond.

3. Corporations executing the bond shall affix their Corporate Seals. Individuals shall sign full first name, middle initial and last name opposite the word "seal"; two witnesses shall sign and include their addresses, under the word "witness". If executed in Maine or New Hampshire, an adhesive seal shall be affixed.

4. The name of each person signing this performance bond shall be typed in the space provided.

R"'· July 1986 '

PERFORMANCE BOND Dale Bond Executed (Musi be same or later than dale ofC"on1rac1)

(CONSTRUCTION) (Sec Instructions on Rc,·crn,)

PRINCIPAL (Lc~al Name and Addn:ssl TYPE OF ORGANIZATION ( .. x")

□ INDIVIDUAL 0 PARTNERSIIIP

□ JOINT VENTURE 0 C"ORl'ORA TION

ST A TE OF INCORl'ORA TION

SURETY (IES) (Namc(s) and Addrcss(csl PENAL SUM OF BOND

MILLION(S} I THOUSAND(S) HUNDRED(S) I CENTS

CONTRACT DA TE CONTRACT NUMBER

KNOW ALL MEN BY THESE PRESENTS. That we, the Principal and Surety(ies) hereto are finnly bounds to the District of Columbia Government, a municipal corporation, hereinafter called the District, in the above penal sum for the payment of which we bind ourselves, our heirs, executors, and successors, bind ourselves in such sum "jointly" and "severally" only for the purpose of allowing a joint action or actions against any or all of us, and for all other purposes each Surety binds itself, jointly and severally with the Principal, for the payment of such sum only as is set forth opposite the name of such Surely, but if no limit of liability is indicated, the limit of liability shall be the full amount of the penal sum.

THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal entered into the Contract identified above.

NOW THEREFORE, if the Principal shall well and truly perform and fulfill all undertakings, covenants, terms and condition, and agreements of the Contract during the original tenn of the Contract and any extension thereof that may be granted by the District with or without notice to the Surety, and during the life of guaranty required under the Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any duly authorized modifications of the Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, and shall save harmless and indemnify the District from any and all claims, delays, suits, costs, charges, damages, counsel fees, judgments and decrees to which the District may be subjected at any time on account of any infringement by the Principal of letters, patents, or copyrights, unless otherwise specifically stipulated in the Contract or on account of any injury to persons or damage lo property or premises that occur as a result of any act or omission of Principal in connection with the prosecution of the work under the Contract and shall pay the same, then the above obligation shall be void; otherwise to remain in full force and virtue.

IN WITNESS WEHREOF, the Principal and Surety(ies) have executed this performance bond and have affixed their seals on the date set forth above.

PRINCIPAL

I. Signature I . Attest

(S1..-al)

Name & Title {typed) Name & Title (typed) Corporate Seal

2. Signature 2. Attc..-sl

(Seal) Corporate Name & Title (cypcd) Sc-JI

Form No. DC i~B-7

SURETY (IES)

I. Name & Address (typed) State of Inc Liability Limit

Signature of A11omcy, in-Fac1 Anesi (Signature) Corporate

Seal

Name & Addn:ss (typed) Name & Address (lypcdJ

I Name & Addn:ss (lypcd) State of Inc. Liabilily Limil

Si~nalun: of Anomcy in-Fact Anesi (Sign,11un:) Corpor.110

Seal

Name & Addn:ss (lypcd) Name & Address (lypcd)

BOND PREMIUM

Rate l'er TI1ousand Total Premium Name & Address of Agency or Agenl Rccci\'ing Commission

Appr01·cd By

Ma~ A. Harris Contracting Officer

INSTRUCTIONS

I. The full legal name and business address of the Principal shall be inserted in the space designated "Principal" on the face of this fonn. The bond shall be signed by the authorized person signing the Contract. When such person signing is other than the President or Vice-President of a corporation, evidence of authority shall be furnished. Such evidence shall be in the fonn of either an Extract of Minutes of a meeting of the Board of Directors, or Extract of Bylaws, certified by the Corporate Secretary, or Assistant Secretary and with Corporate Seal affixed thereto.

2. Corporations executing the bond as sureties shall be among those appearing on the U.S. Treasury Department's list of approved sureties and shall be acting within the limitations set forth therein, and shall also be licensed by the Insurance Administration, Department of Consumer and Regulatory Affairs, to do business in the District of Columbia. The surety shall (I) insert on the bond fonn the name and addresses of the agency receiving the commission; and (2) attach an adequate Power-of-Attorney for each representative signing the bond.

3. Corporations executing the bond shall affix their Corporate Seals. Individuals shall sign full first name, middle initial and last name opposite the word "seal"; two witnesses shall sign and include their addresses, under the word "witness". If executed in Maine or New Hampshire, an adhesive seal shall be affixed.

4. The name of each person signing this performance bond shall be typed in the space provided.

Re,· Jul) 1986

PAYMENT BOND Dale Bond Exccu1cd (Mus1 be same or lo1cr than dale of Contrac1J

(CONSTRUCTION) (See lnslruclions on Reverse)

PRINCIPAL ( Lei;al Name and Address) TYPE OF ORGANIZATION ("x")

□ INDIVIDUAL □ rARTNERSI Ill'

□ JOINT VENTURE □ CORPORATION

ST A TE OF INCORPORATION

SURETY (IES) (Name(s) and Addrm(es) PENAL SUM OF BOND

MILLION(S) I THOUSAND(S) HUNDRED(S) I CENTS

CONTRACT DA TE CONTRACT NUMBER

KNOW ALL MEN BY THESE PRESENTS. That we, the Principal and Surety(ies) hereto are finnly bounds to the District of Columbia Government, a municipal corporation, hereinafter called the District, in the above penal sum for the payment of which we bind ourselves, our heirs, executors, and successors, bind ourselves in such sum "jointly" and "severally" only for the purpose of allowing a joint action or actions against any or all of us, and for all other purposes each Surety binds itself, jointly and severally with the Principal, for the payment of such sum only as is set forth opposite the name of such Surety, but if no limit of liability is indicated, the limit of liability shall be the full amount of the penal sum.

THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal entered into the Contract identified above.

NOW THEREFORE, if the Principal shall well and truly perform and fulfill all undertakings, covenants, tenns and condition, and agreements of the Contract during the original term of the Contract and any extension thereof that may be granted by the District with or without notice to the Surety, and during the life of guaranty required under the Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any duly authorized modifications of the Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, and shall save harmless and indemnify the District from any and all claims, delays, suits, costs, charges, damages, counsel fees, judgments and decrees to which the District may be subjected at any time on account of any infringement by the Principal of letters, patents, or copyrights, unless otherwise specifically stipulated in the Contract or on account of any injury to persons or damage to property or premises that occur as a result of any act or omission of Principal in connection with the prosecution of the work under the Contract and shall pay the same, then the above obligation shall be void; otherwise to remain in full force and virtue.

rN WITNESS WEHREOF, the Principal and Surety (ies) have executed this payment bond and have affixed their seals on the date set forth above.

PRINCIPAL I. Signature I. Allest

(Seal)

Name & Title (typed) Name & Title (typed) Corporate Seal

2. Signature 2. Attest

!S1..-al) Corporate Name & Title (typed) Seal

Fann No. DC =6--10-8

SURETY(IES)

I , Name & Addn:ss {1ypcdl S1a1e or Inc Liahili1y Um,1

Sognatun: or Anomc)•m•Fac1 Anesi (Sii;nalun:) Corporate

Seal

Name & Addn:ss ltypcd) Name & Address {lyped)

1. Name & Addn:ss (1ypcd) Stale of Inc Liabohty L1m11

S1i;na1ure of Altomey-in-Facl Anesi (Signature) ColJlorate

Seal

Name & Addn:ss (lypcdl Name & Address (typcdl

BOND PREMIUM Rate rer Timusand Total l'remiu111 Na111c & Addn:ss of Agency or Agent Rcccl\·mi; Comm,ssmn

Appro\'cd By

Mam: A. Harris Contracting Officer

INSTRUCTIONS

I. The full legal name and business address of the Principal shall be inserted in the space designated "Principal" on the face of this form. The bond shall be signed by the authorized person signing the Contract. When such person signing is other than the President or Vice-President of a corporation, evidence of authority shall be furnished. Such evidence shall be in the fonn of either an Extract of Minutes of a meeting of the Board of Directors, or Extract of Bylaws, certified by the Corporate Secretary, or Assistant Secretary and with Corporate Seal affixed thereto.

2. Corporations executing the bond as sureties shall be among those appearing on the U.S. Treasury Department's list of approved sureties and shall be acting within the limitations set forth therein, and shall also be licensed by the Insurance Administration, Department of Consumer and Regulatory Affairs, to do business in the District of Columbia. The surety shall (I) insert on the bond form the name and addresses of the agency receiving the commission; and (2) attach an adequate Power-of-Auorney for each representative signing the bond.

3. Corporations executing the bond shall affix their Corporate Seals. Individuals shall sign full first name, middle initial and last name opposite the word "seal"; two witnesses shall sign and include their addresses, under the word "witness". If executed in Maine or New Hampshire, an adhesive seal shall be affLxed.

4. The name of each person signing this payment bond shall be typed in the space provided.