King Street Pump Station Improvements (Volume I) & ASR Lime System Improvements (Volume II)

Agency: San Antonio Water System
State: Federal
Type of Government: State & Local
NAICS Category:
  • 237110 - Water and Sewer Line and Related Structures Construction
  • 237990 - Other Heavy and Civil Engineering Construction
Posted Date: Jan 18, 2024
Due Date: Feb 2, 2024
Solicitation No: CO-00670-SM
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
King Street Pump Station Improvements (Volume I) & ASR Lime System Improvements (Volume II)
Solicitation No. CO-00670-SM

Status: Currently Accepting Submissions

Due Date: 2:00 PM Friday, 2/2/24


Estimated Budget: $26,500,000.00

REQUEST FOR COMPETITIVE SEALED PROPOSALS (RFCSP)

Solicitation No. CO-00670

SEE ADDENDUM 14 FOR BID PROPOSAL DUE DATE EXTENDED FOR FEBRUARY 2, 2024, 2:00 PM (CST)

Questions Extended to December 21,2023 - 4:00 PM

Sealed proposals are requested by the San Antonio Water System for the construction of an 8 MGD high service pump station, new Well No. 6, chemical facilities for disinfection and fluoridation, and ancillary components for the King Street Pump Station Improvements Project  and ASR Facilities Lime Improvements Project , SAWS Job No. 20-6002 and 22-8603.

To view additional project information, as well as obtain the plans and sp ecifications for this project, visit our website located at www.saws.org and click on the Business Center.  Then select Bidder, Consultant, and Vendor Registration, which is located on the left-hand side of the screen.  Select the Register Now button and proceed with registration.

For difficulties downloading plans and specifications, contact the Contracting Department at 210-233-3341.

A non-mandatory pre-proposal meeting will be held at 2:00 PM (CDT) October 2, 2023, via WebEx.

LINK: https://saws.webex.com/saws/j.php?MTID=m355813d15bdde91611d6f84e7dae64e0

Meeting Number:  2490 456 2269

Meeting Password: CO-00670

Join by Phone: +1-469-210-7159

+1-408-418-9388US Toll

210-233-2090 Local Only


A non-mandatory site visits will be held  at 9:00 AM (CDT) onOctober 3, 2023, at King Street Pump Station Improvements at 140 King Avenue, San Antonio, Texas 78211 and ASR Facilities Lime Improvements Project at 4588 Hardy Road, Elmendorf, Texas 78112.  Site visits will be back to back. See Attachment A -Site Visit Procedures to attend the site visit meeting.

A SECOND non-mandatory site visit will be held at 9:00 AM (CDT) on January 8, 2024, at the King Street Pump Station Improvements site, located at 140 King Avenue, San Antonio, Texas 78211. See Attachment B -Site Visit Procedures to attend the site visit meeting

For questions regarding this solicitation, technical questions or additional information, please contact Stella Manzello, in w riting via email to: Stella.Manzello@saws.org or by fax to (210) 233-4290 until 4:00 PM (CDT) on December 21. 2023 O ctober 6, 2023. Answers to the questions will be posted to the web site b y 4:00 PM (CDT) on October 12, 2023 as a separate document or included as part of an adden dum. Be advised that firms responding to this RFCSP ( Respondents) are prohibited from communicating with any other SAWS staff, the Consultant, the Developer, or COSA officials regarding this RFCSP up until the contract is awarded as outlined in the Instructions to Respondents .

Proposals will be received electronically only, until 2:00 PM 10:00 AM 2:00 PM 10:00 10:00 AM (CST), February 2, 2024 January 26, 2024 January 19, 2024 J anuary 12, 2024 December 8, 2023 November 16 9, 2023 October 26 20, 2023 .  Electronic proposals will be received via the secure SAWS FTP site.  See the Electronic Proposal Opening Instructions attachment for additional information regarding an electronic proposal submittal.  Electronic proposals shall be accompanied by a bid bond in an amount not less than five percent of the total proposal price.  (Or, if providing SAWS with a cashier's check or certified check in an amount not less than five percent of the total proposal price, SAWS will request this within 24 hours from the Respondent who did not submit a bid bond).  Proposals will then be publicly opened and read aloud by Contract Administration via WebEx.

LINK: https://saws.webex.com/saws/j.php?MTID=mc51be457bf600f5171cd7c508120e4b2

Meeting Number: 2485 961 4803

Meeting Password:  CO-00670

Join by Phone: +1-408-418-9388 US Toll

210-233-2090 Local Only

Respondents will need to submit a request by February 1, 2024 January 25, 2024 January 18, 2024 January 11, 2024 December 7, 2023 November 15 8, 2023 October 25 19, 2023 by 2:00 PM 10:00 AM 2 :00 PM 10:00 AM (CST) to receive access to the File Transfer Protocol (FTP) site via email to Stella.Manzello@saws.org .  Respondent’s email requesting access to the FTP site shall provide the legal name of the Respondent’s company and the intended recipient’s email address and phone number.  No requests for FTP site access will be accepted after February 1, 2024 January 25, 2024 January 18, 2024 January 11, 2024 December 7, 2023 November 15 8, 2023 October 25 19, 2023 by 2:00 PM 10:00 AM 2:00 PM  10:00 AM (CST) .


Non-Mandatory
Pre-Bid
Meeting 2:00 PM, Monday Oct. 2, 2023

Webex Only: LINK: https://saws.webex.com/saws/j.php?MTID=m355813d15bdde91611d6f84e7dae64e0 Meeting Number: 2490 456 2269 Meeting Password: CO-00670 Join by Phone: +1-469-210-7159 +1-408-418-9388 US Toll 210-233-2090 Local Only

Notify Me


Receive updates sent straight to your inbox.
Subscribe
Plan Holders List
View plan holders list.
Downloads

Evaluation Criteria Form - Word Version


Oct. 2, 2023

Non-Mandatory Pre-Submittal Presentation


Oct. 5, 2023

Non-Mandatory Pre-Submittal Sign-In sheet


Oct. 5, 2023

Non-Mandatory Second On-Site Visit Sign-In Sheet


Jan. 16, 2024

Addendum 1


Sep. 22, 2023

Addendum 2


Oct. 12, 2023

Addendum 3


Oct. 19, 2023

Addendum 4


Oct. 30, 2023

Addendum 5


Nov. 1, 2023

Addendum 6


Nov. 7, 2023

Addendum 7


Nov. 9, 2023

Addendum 8


Nov. 21, 2023

Addendum 9


Dec. 1, 2023

Addendum 10


Dec. 14, 2023

Addendum 11


Jan. 4, 2024

Addendum 12


Jan. 9, 2024

Addendum 13


Jan. 17, 2024

Addendum 14


Jan. 18, 2024


Specifications



Sep. 15, 2023
Note: You must be logged in to access this document.


Plans



Sep. 15, 2023
Note: You must be logged in to access this document.

Geotechnical Data Report


Apr 21, 2022
Note: You will be prompted to login to access this document.

Asbestos and Lead Containing Paint Survey Report


Mar 1, 2021
Note: You will be prompted to login to access this document.

SAWS ASR Lime Silos Standpipes Evaluation


Sep 22, 2023
Note: You will be prompted to login to access this document.



Questions? Please contact

Florinda Gonzales

at 210-233-3914
|

Receive Email Updates
|

Registration Agreement

Attachment Preview

Test Title

Evaluation Criteria Form

The intent of this document is to provide Respondents a structure for their responses. While there are page limits for this solicitation, there are no character limitations.

Respondents should provide answers to the questions below in the order and spaces provided to ensure continuity between Respondent’s submissions.

When responding to the questions below, Respondents should use the space provided in this form, unless otherwise indicated.

If all fields are not completed, the proposal may be deemed non-responsive.

1. Team Qualifications and Experience (17 Points)

a. Organizational Structure and Information of the Prime Contractor

i. Provide current business organizational structure, type of business structure, and stability of organization.

ii. Provide total number of employees and annual company revenues as of December 31, 2022.

iii. Provide Debarment history for the company for the last ten (10) years.

iv. Provide any litigation, arbitration, and claims history for the last three (3) years and any litigation, arbitration, and claims history with SAWS regardless of the year they occurred.

v. Indicate the number of years performing contracting/construction work under current legal business name and/or previous legal business name(s).

vi. Provide a financial statement by an independent Certified Public Accountant.


b. Proposed Team Structure and Key Personnel Roles and Responsibilities

(Prior to responding to this section, refer to the Supplementary Instructions to Respondents for definitions and other requirements)

i. Provide a 1-page organizational chart that describes the composition of the team for this project. The chart shall include proposed Key Personnel for the Prime Contractor and Key Subcontractor(s). The chart shall also include percent availability (as percentage of total individual's workload) for Key Personnel (Prime and Key Subcontractor(s)) and their proposed role for the duration of the Project.

Note: Insert Organizational Chart here or in the next page.


Note: Insert Organizational Chart here or in the previous page.


ii. Provide a clear description of the proposed team identifying Key Subcontractor(s), their role on the project, and teaming history. If the Prime Contractor has not worked previously with proposed Key Subcontractor(s), describe the proposed approach for ensuring successful completion of the project in accordance with Contract Documents.

(Use the table provided below. Add rows as needed based on the proposed team for this project.)

Team Member

Company Name

Proposed Role

Worked with
in the Past

Prime Contractor

Key Subcontractor #1

Yes No

Key Subcontractor #2

Yes No

Key Subcontractor #3

Yes No

Key Subcontractor #4

Yes No

Key Subcontractor #5

Yes No

Describe teaming history between Prime Contractor and proposed Key Subcontractor(s):

Describe proposed approach for managing Subcontractor(s), including Key Subcontractor(s):

iii. Provide a clear description of the proposed team’s Key Personnel roles and responsibilities, including Key Personnel from Key Subcontractor(s).

(Use the table provided below. Add rows as needed based on the proposed team composition for this project.)

Team Member

Proposed Key
Personnel Role

Name of Key
Personnel

Included in Org
Chart?

Prime Contractor

Project Manager

Yes No

Superintendent

Yes No

QC Manager

Yes No

Other:

Yes No

Key Subcontractor #1

Project Manager

Yes No

Superintendent

Yes No

Other:

Yes No

Key Subcontractor #2

Project Manager

Yes No

Superintendent

Yes No

Other:

Yes No

Key Subcontractor #3

Project Manager

Yes No

Superintendent

Yes No

Other:

Yes No

Key Subcontractor #4

Project Manager

Yes No

Superintendent

Yes No

Other:

Yes No

Key Subcontractor #5

Project Manager

Yes No

Superintendent

Yes No

Other:

Yes No

c. Qualifications and Experience of Key Personnel Proposed for this Project

Using separate 8 ½” x 11” sheet(s), titled “Team Qualifications and Experience – Resume” inserted immediately following this section.:

Provide resumes for Key Personnel for the Prime Contractor and Key Subcontractor(s) identified on the organizational chart, one per person, not to exceed one (1) page each with the Project Manager’s resume being first.

(As part of this criteria, use the check boxes below as a checklist to help ensure the information above is understood and information provided follows the guidelines listed above.)

Project Manager’s resume is first

Resumes for all Key Personnel for the Prime Contractor have been included

Resumes for all Key Personnel for the Prime Contractor have been identified on the organizational chart

Resumes for all Key Personnel for the Prime Contractor do not exceed one (1) page each

Resumes for all Key Personnel for the Key Subcontractor(s) have been included

Resumes for all Key Personnel for the Key Subcontractor(s) have been identified on the organizational chart

Resumes for all Key Personnel for the Key Subcontractor(s) do no exceed one (1) page each

All resumes provided include the following information:

• Name, job title, education

• Number of years of total professional experience

• Number of years/months with current firm

• Number of years/months of experience in proposed role for this project

• Description of professional qualifications to include degrees, licenses, certifications, and associations

• Brief overview of professional experience

• Detailed description of capabilities and experience relevant to this project

• List of all other active projects the team member is assigned to for the duration of the Project, to include the phase and percentage of time allocated to each of the other projects. For each project included in each resume, please clearly identify whether the project is with current firm or part of the person’s past professional experience.


Note: Insert 1-page resumes here for Key Personnel for the Prime Contractor and Key Subcontractor(s) identified on the organizational chart

One (1) resume per page.

END OF TEAM QUALIFICATIONS AND EXPERIENCE CRITERIA

2. Quality, Reputation, and Ability to Deliver Projects on Schedule and within Budget (15 Points)

a. Prime Contractor On-time Completion on Similar Projects in the Past Fifteen (15) Years

Use the tables provided below to respond to the following.

i. List and describe three (3) completed projects within the last fifteen (15) years of similar size, scope, and complexity to the work described in the Contract Documents for this Project. Respondents should provide references with contact information to include a valid, recently verified, email and telephone number for each project listed.

ii. Key Personnel must have participated in a minimum of one (1) of the three (3) projects listed. Proposed Project Superintendent must have participated in a minimum of one (1) of the three (3) projects listed. Proposed QC Manager must have participated in a minimum of one (1) of the three (3) projects listed. All other Key Personnel must have participated in a minimum of one (1) of the three (3) projects listed. Key Personnel’s role on project reference must have been the same as the role proposed for this Project.

• If Respondent has similar (size, scope, and complexity) SAWS project experience completed in the last fifteen (15) years, at a minimum, one (1) SAWS project must be included in the list of three (3) projects provided. If Respondent provides additional completed SAWS projects which are not similar in size, scope, and complexity to the project in the solicitation, those projects will be rejected. All reference projects (SAWS or non-SAWS) provided must be of similar size, scope, and complexity to the project in the solicitation and must have been completed in the last fifteen (15) years.

If valid contact information is not provided, the project will not be considered and the Respondent’s score for this criterion may be reduced and/or Respondent’s proposal may be deemed non-responsive.


Project #1

Project Name:

Utility/Owner name:

Utility/Owner Project Manager’s name and contact information to include a valid, recently verified email and telephone number:

Proposed Contractor’s Key Personnel who participated on this project:

Key Personnel’s role on this project:

Project is within the last fifteen (15) years:

Yes No

Project has similar size, scope, and complexity to the work described in the Contract Documents:

Yes No

Detailed project description and explanation for why it is comparable to the size, scope and/or complexity for this item:

(Note: please include sufficient project details so similarity and applicability of project reference can be determined. Include details like facility footprint, greenfield or rehabilitation, capacity of pump station in mgd, number of pumps, type of pumps, capacity of each pump (gpm or mgd), materials of construction for yard piping and pipe diameter, # of well pumps and motors replaced, number and size of buildings built, shutdown duration, and other specific project details.)

Original bid/price and final construction in place costs:

Total costs for all change orders, as well as an explanation regarding the reason for specific change orders:

Construction Contract Notice to Proceed (NTP) Date:

Identify whether the project was completed on-time and within budget:

On-time: Yes No

Within budget: Yes No

Original Contract Time (specify Calendar Days or Working Days):

Original Contract Substantial Completion Date and Actual Substantial Completion Date:

Original Contract Completion Date and Actual Completion Date:

Actual number of days beyond the original contract:

Actual number of days added through change orders. If Contract time extensions were added to the contract as a result of Prime Contractor’s responsibilities, provide a short explanation of each.

The recovery schedule/plan and implementation of such, if it was required. If a recovery/plan schedule was implemented, describe whether the project was successfully brought back on schedule. Please discuss, as necessary and deemed appropriate.


Project #2

Project Name:

Utility/Owner name:

Utility/Owner Project Manager’s name and contact information to include a valid, recently verified email and telephone number:

Proposed Contractor’s Key Personnel who participated on this project:

Key Personnel’s role on this project:

Project is within the last fifteen (15) years:

Yes No

Project has similar size, scope, and complexity to the work described in the Contract Documents:

Yes No

Detailed project description and explanation for why it is comparable to the size, scope and/or complexity for this item:

(Note: please include sufficient project details so similarity and applicability of project reference can be determined. Include details like facility footprint, greenfield or rehabilitation, capacity of pump station in mgd, number of pumps, type of pumps, capacity of each pump (gpm or mgd), materials of construction for yard piping and pipe diameter, # of well pumps and motors replaced, number and size of buildings built, shutdown duration, and other specific project details.)

Original bid/price and final construction in place costs:

Total costs for all change orders, as well as an explanation regarding the reason for specific change orders:

Construction Contract Notice to Proceed (NTP) Date:

Identify whether the project was completed on-time and within budget:

On-time: Yes No

Within budget: Yes No

Original Contract Time (specify Calendar Days or Working Days):

Original Contract Substantial Completion Date and Actual Substantial Completion Date:

Original Contract Completion Date and Actual Completion Date:

Actual number of days beyond the original contract:

Actual number of days added through change orders. If Contract time extensions were added to the contract as a result of Prime Contractor’s responsibilities, provide a short explanation of each.

The recovery schedule/plan and implementation of such, if it was required. If a recovery/plan schedule was implemented, describe whether the project was successfully brought back on schedule. Please discuss, as necessary and deemed appropriate.


Project #3

Project Name:

Utility/Owner name:

Utility/Owner Project Manager’s name and contact information to include a valid, recently verified email and telephone number:

Proposed Contractor’s Key Personnel who participated on this project:

Key Personnel’s role on this project:

Project is within the last fifteen (15) years:

Yes No

Project has similar size, scope, and complexity to the work described in the Contract Documents:

Yes No

Detailed project description and explanation for why it is comparable to the size, scope and/or complexity for this item:

(Note: please include sufficient project details so similarity and applicability of project reference can be determined. Include details like facility footprint, greenfield or rehabilitation, capacity of pump station in mgd, number of pumps, type of pumps, capacity of each pump (gpm or mgd), materials of construction for yard piping and pipe diameter, # of well pumps and motors replaced, number and size of buildings built, shutdown duration, and other specific project details.)

Original bid/price and final construction in place costs:

Total costs for all change orders, as well as an explanation regarding the reason for specific change orders:

Construction Contract Notice to Proceed (NTP) Date:

Identify whether the project was completed on-time and within budget:

On-time: Yes No

Within budget: Yes No

Original Contract Time (specify Calendar Days or Working Days):

Original Contract Substantial Completion Date and Actual Substantial Completion Date:

Original Contract Completion Date and Actual Completion Date:

Actual number of days beyond the original contract:

Actual number of days added through change orders. If Contract time extensions were added to the contract as a result of Prime Contractor’s responsibilities, provide a short explanation of each.

The recovery schedule/plan and implementation of such, if it was required. If a recovery/plan schedule was implemented, describe whether the project was successfully brought back on schedule. Please discuss, as necessary and deemed appropriate.

iii. The Respondent shall provide a list of all current and recently completed projects constructing or rehabilitating potable water pump stations and production facilities (5 MGD or larger), drilling or constructing new groundwater production wells, and rehabilitating existing groundwater production wells (including associated site, civil, demolition, mechanical, HVAC, structural, architectural, electrical, and instrumentation and controls (I&C) work) for all Utility Owners in the State of Texas, completed within the past five (5) years. Respondent shall provide the following information for each project.

(Use the table provided below to respond. Repeat the table as many times as needed to provide the information requested for all relevant projects.)

Project #1

Project Name:

Utility / Owner Name:

Date of Notice to Proceed:

Original Contract Time (calendar days or working days):

Original Contract Completion Date:

Actual Contract Completion Date (if not complete, provide % complete based on Contract Time):

Original Bid Price / Price Proposal:

Final Construction In-place Cost (if not complete, provide percent (%) complete based on Contract Value and most recent application for payment):

Was the project completed on-time?

Yes No

Was the project completed within budget?

Yes No


iv. The Respondent shall provide a list of all projects currently under construction in which Key Personnel are involved, as identified in the organizational chart provided in the response for this RFCSP, and the expected completion date that demonstrates Respondent’s ability to start and complete the work required by the project.

(Use the table provided below to respond. Insert additional rows to the table above, as needed.)

Key Personnel
Name

Company
Affiliation

Project
Name

% Time
Allocated

Project
Completion
Date

b. Key Subcontractors Performance on Similar Projects in the Past Ten (10) Years

(Use the tables provided below to respond)

i. Provide a list of two (2) projects that the identified Key Groundwater Production Well Drilling Subcontractor has completed within the last ten (10) years. The projects must be of similar size, scope, and complexity to the work described in the Contract Documents. Subcontractor’s Project Manager (licensed in the state of Texas) and Project Superintendent shall have participated in a minimum of one of the two (2) projects. Key Personnel’s role on project reference must have been the same as the role proposed for this Project.

ii. Provide a list of two (2) projects that the identified Key Electrical Subcontractor has completed within the last ten (10) years. The projects must be of similar size, scope, and complexity to the work described in the Contract Documents. Subcontractor’s Project Manager and Project Superintendent shall have participated in a minimum of one of the two (2) projects. Key Personnel’s role on project reference must have been the same as the role proposed for this Project.

iii. Provide a list of two (2) projects that the identified Key Instrumentation and Controls Subcontractor has completed within the last ten (10) years. The projects must be of similar size, scope, and complexity to the work described in the Contract Documents. Subcontractor’s Project Manager and Project Superintendent shall have participated in a minimum of one of the two (2) projects. Key Personnel’s role on project reference must have been the same as the role proposed for this Project.

iv. Provide a list of two (2) projects that the identified Key Lime System Improvements Subcontractor has completed within the last ten (10) years. The projects must be of similar size, scope, and complexity to the work described in the Contract Documents. Subcontractor’s Project Manager and Project Superintendent shall have participated in a minimum of one of the two (2) projects. Key Personnel’s role on project reference must have been the same as the role proposed for this Project.

v. If Prime Contractor is planning to self-perform the Work in accordance with the Contract Documents and no Key Subcontractor(s) have been identified in the Response, Respondent shall provide a list of two (2) additional projects, for each Key Subcontractor role being replaced, that were of similar scope to the Work that would have been performed by the Key Subcontractor being replaced and that have been completed in the State of Texas within the last ten (10) years. Prime Contractor’s Key Personnel shall have participated in a minimum of one (1) of the two (2) projects listed, for each Key Subcontractor role being replaced. Describe the role served by the proposed staff on those projects.

If valid contact information is not provided, the project will not be considered and the Respondent’s score for this criterion may be reduced and/or Respondent’s proposal may be deemed non-responsive.


Key Groundwater Production Well Drilling Subcontractor Performance Project #1

Name of Sub-Contractor

Project Name:

Identify if the Project was performed by Sub-Contractor or if Prime Contractor Self-Performed

Utility/Owner name:

Utility/Owner Project Manager’s name: and contact information to include a valid, recently verified email and telephone number:

Proposed Key Subcontractor’s Key Personnel who participated on this project:

Key Personnel’s role on this project:

Project is within the last ten (10) years:

Yes No

Key Sub-Contractor’s Key Personnel involved in this Project were identified on the organizational chart:

Yes No

Project has similar size, scope, and complexity to the work described in the Contract Documents:

Yes No

Detailed project description and explanation for why it is comparable to proposed Key Subcontractor’s role on the Project:

Original bid/price and final construction in place costs:

Total costs for all change orders, as well as an explanation regarding the reason for specific change orders:

Construction Contract Notice to Proceed (NTP) Date:

Identify whether the Project was completed on-time and within budget:

On time: Yes No

Within budget: Yes No

Original Contract Time (specify Calendar Days or Working Days):

Original Contract Substantial Completion Date and Actual Substantial Completion Date:

Original Contract Completion Date and Actual Completion Date:

Actual number of days beyond the original contract:

Actual number of days added through change orders. If Contract time extensions were added to the contract as a result of Key Sub-Contractor’s responsibilities, provide a short explanation of each.

The recovery schedule/plan and implementation of such, if it was required. If a recovery/plan schedule was implemented, describe whether the project was successfully brought back on schedule. Please discuss, as necessary and deemed appropriate.


Key Groundwater Production Well Drilling Subcontractor Performance Project #2

Name of Contractor

Project Name:

Identify if the Project was performed by Sub-Contractor or if Prime Contractor Self-Performed

Utility/Owner name:

Utility/Owner Project Manager’s name: and contact information to include a valid, recently verified email and telephone number:

Proposed Key Subcontractor’s Key Personnel who participated on this project:

Key Personnel’s role on this project:

Project is within the last ten (10) years:

Yes No

Key Sub-Contractor’s Key Personnel involved in this Project were identified on the organizational chart:

Yes No

Project has similar size, scope, and complexity to the work described in the Contract Documents:

Yes No

Detailed project description and explanation for why it is comparable to proposed Key Subcontractor’s role on the Project:

Original bid/price and final construction in place costs:

Total costs for all change orders, as well as an explanation regarding the reason for specific change orders:

Construction Contract Notice to Proceed (NTP) Date:

Identify whether the Project was completed on-time and within budget:

On time: Yes No

Within budget: Yes No

Original Contract Time (specify Calendar Days or Working Days):

Original Contract Substantial Completion Date and Actual Substantial Completion Date:

Original Contract Completion Date and Actual Completion Date:

Actual number of days beyond the original contract:

Actual number of days added through change orders. If Contract time extensions were added to the contract as a result of Key Sub-Contractor’s responsibilities, provide a short explanation of each.

The recovery schedule/plan and implementation of such, if it was required. If a recovery/plan schedule was implemented, describe whether the project was successfully brought back on schedule. Please discuss, as necessary and deemed appropriate.


Key Electrical Subcontractor Performance Project #1

Name of Contractor

Project Name:

Identify if the Project was performed by Sub-Contractor or if Prime Contractor Self-Performed

Utility/Owner name:

...

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow 43--PUMP,CENTRIFUGAL Active Contract Opportunity Notice ID N0010423RJC55 Related Notice Department/Ind. Agency DEPT

DEPT OF DEFENSE

Bid Due: 4/29/2024

Follow 43--PUMPING UNIT,HYDRAU Active Contract Opportunity Notice ID N0010424RLA69 Related Notice Department/Ind. Agency

DEPT OF DEFENSE

Bid Due: 5/02/2024

Follow 43--RESERVOIR,HYDRAULIC Active Contract Opportunity Notice ID N0038324QB143 Related Notice Department/Ind. Agency DEPT

DEPT OF DEFENSE

Bid Due: 5/06/2024

Follow 43--REPAIR KIT,MAJOR Active Contract Opportunity Notice ID SPE7M024T5988 Related Notice Department/Ind. Agency

DEPT OF DEFENSE

Bid Due: 4/29/2024