Active SLED Opportunity · VIRGINIA · CITY OF NEWPORT NEWS

    60th Street Piping & Jefferson Ave Pump Station Project

    Issued by City of Newport News
    cityIFBCity of Newport NewsSol. 254732
    Open · 40d remaining
    DAYS TO CLOSE
    40
    due Jun 2, 2026
    PUBLISHED
    Apr 20, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237110
    AI-classified industry

    AI Summary

    City of Newport News seeks bids for the 60th Street Piping & Jefferson Ave Pump Station Project involving water main and pump station piping replacement, valve installations, erosion control, and pavement restoration. Bids due June 2, 2026.

    Opportunity details

    Solicitation No.
    254732
    Type / RFx
    IFB
    Status
    open
    Level
    city
    Published Date
    April 20, 2026
    Due Date
    June 2, 2026
    NAICS Code
    237110AI guide
    Agency
    City of Newport News

    Description

    The City of Newport News (the “City” or "Owner") is seeking bids from qualified firms (the “Bidder” or “Contractor”) to furnish the goods and/or services described herein and bids will be received via the City’s e-Procurement Portal, OpenGov Procurement (https://secure.procurenow.com/portal/nnva), to be received no later than Tuesday, June 2, 2026 at 2:00 pm (local prevailing time).

    The purpose of this Invitation for Bids (IFB) is to establish a contract with a qualified Contractor for the provision of all Work and Materials for the completion of the 60th Street Piping and Jefferson Avenue Pump Station Project, in accordance with the specifications of this IFB.

    NOTE TO BIDDERS: BE SURE TO GIVE YOURSELF ADEQUATE TIME TO SUBMIT A BID. ANY TECHNICAL DIFFICULTIES OR UNCERTAINTY WITH THE SUBMITTAL PROCESS SHALL NOT BE CAUSE FOR ACCEPTING A BID THAT WAS NOT SUBMITTED ON TIME.

    The City of Newport News does not discriminate in the solicitation or awarding of contracts on the basis of race, religion, faith-based organizations, color, national origin, age, disability or any other basis prohibited by state or federal law. The Hampton Roads Planning District Commission’s Regional Construction Standards, Sixth Edition, June 2016, are hereby referenced and are part of the Bid Documents, except as may be modified by the Owner or by Special Provisions of this Project or as may be shown by bold type for additions and strike-through for deletions. Copies of the Regional Construction Standards may be purchased at the offices of the HRPDC, 723 Woodlake Drive, Chesapeake, VA 23320 (Telephone 757-420-8300) or Executive Tower, Suite 1-C, 2101 Executive Drive, Hampton, VA 23666 (Telephone 757-262-0094). The latest edition of the Regional Construction Standards and Publication Updates may be downloaded at the HRPDC website http://www.hrpdcva.gov/Regional Construction Stnds/REGCONST_Home.asp. The City’s Construction Standards, which are a modified version of the HRPDC Regional Construction Standards, Division 1, Sections 101 through 109 are provided in Section 7, Attachments. Bidders must be aware that these Bid Documents incorporate a number of changes, which supplement, modify, or replace language and/or Standard Details found in the HRPDC Regional Construction Standards. Details shown on the Drawings replace corresponding Standard Details found in the Regional Construction Standards. Changes from the Regional Construction Standards that appear in these Bid Documents may be shown as bold for additions, and strikethroughs for deletions. Also, see Section 110 for additional references to Special Technical Provisions incorporated into this Project.

    Project Details

    • Reference ID: 26-3575-3103
    • Department: Waterworks
    • Department Head: Yann Le Gouellec (Director)

    Important Dates

    • Questions Due: 2026-05-19T17:00:00.000Z
    • Pre-Proposal Meeting: 2026-05-05T16:00:00.000Z — Lee Hall Maintenance and Operations Center 425 Industrial Park Drive, Newport News, VA 23608

    Evaluation Criteria

    • Scope of Work
      The project includes providing and replacing approximately 1,929 linear feet of CIP within Warwick Blvd, as well as replacing piping between the 60th Street Complex and Jefferson Avenue beneath the CSX Railroad property. The Jefferson Avenue Booster Pump Station will be disconnected from the distribution system, with demolition, removal, and installation of new valves and ductile iron piping.
    • Summary

      The City of Newport News (the “City” or "Owner") is seeking bids from qualified firms (the “Bidder” or “Contractor”) to furnish the goods and/or services described herein and bids will be received via the City’s e-Procurement Portal, OpenGov Procurement (https://secure.procurenow.com/portal/nnva), to be received no later than Tuesday, June 2, 2026 at 2:00 pm (local prevailing time).

      The purpose of this Invitation for Bids (IFB) is to establish a contract with a qualified Contractor for the provision of all Work and Materials for the completion of the 60th Street Piping and Jefferson Avenue Pump Station Project, in accordance with the specifications of this IFB.

      NOTE TO BIDDERS: BE SURE TO GIVE YOURSELF ADEQUATE TIME TO SUBMIT A BID. ANY TECHNICAL DIFFICULTIES OR UNCERTAINTY WITH THE SUBMITTAL PROCESS SHALL NOT BE CAUSE FOR ACCEPTING A BID THAT WAS NOT SUBMITTED ON TIME.

      The City of Newport News does not discriminate in the solicitation or awarding of contracts on the basis of race, religion, faith-based organizations, color, national origin, age, disability or any other basis prohibited by state or federal law. The Hampton Roads Planning District Commission’s Regional Construction Standards, Sixth Edition, June 2016, are hereby referenced and are part of the Bid Documents, except as may be modified by the Owner or by Special Provisions of this Project or as may be shown by bold type for additions and strike-through for deletions. Copies of the Regional Construction Standards may be purchased at the offices of the HRPDC, 723 Woodlake Drive, Chesapeake, VA 23320 (Telephone 757-420-8300) or Executive Tower, Suite 1-C, 2101 Executive Drive, Hampton, VA 23666 (Telephone 757-262-0094). The latest edition of the Regional Construction Standards and Publication Updates may be downloaded at the HRPDC website http://www.hrpdcva.gov/Regional Construction Stnds/REGCONST_Home.asp. The City’s Construction Standards, which are a modified version of the HRPDC Regional Construction Standards, Division 1, Sections 101 through 109 are provided in Section 7, Attachments. Bidders must be aware that these Bid Documents incorporate a number of changes, which supplement, modify, or replace language and/or Standard Details found in the HRPDC Regional Construction Standards. Details shown on the Drawings replace corresponding Standard Details found in the Regional Construction Standards. Changes from the Regional Construction Standards that appear in these Bid Documents may be shown as bold for additions, and strikethroughs for deletions. Also, see Section 110 for additional references to Special Technical Provisions incorporated into this Project.

    • Questions

      Questions regarding this Invitation for Bid (IFB) must be submitted in writing through the OpenGov Procurement Question/Answer Tab via the City's e-Procurement portal, on or before, Tuesday, May 19, 2026 by 1:00 pm. Please include the section title for each question, if applicable, in order to ensure that questions asked are responded to correctly. All questions submitted and answers provided shall be electronically distributed to bidders following this solicitation on the City's e-Procurement Portal received prior to the date and time as provided for in this solicitation.

      Direct contact with others besides the Office of Purchasing, including other City departments and the City consultants, on the subject of this bid is expressly forbidden except with the foreknowledge and permission of the contracting officer. Violation may result in a determination that your firm is ineligible for award.

    • Federal Terms and Conditions

      Pursuant to 2. C.F.R § 200.326. the following provisions and certifications shall apply when the City utilizes federal funds to purchase goods or services resulting from this solicitation.  These provisions are in addition to other Terms and Conditions contained in this solicitation.

      [Include the name of the federal agency where funds are utilized.   If not known…… state that it is TBD]

    • Bid Information

      Work to be completed in: 300 Days (Substantial), 30 Days (Final)

      Liquidated Damages: $500.00 per calendar day after time for Substantial Completion has expired. $250.00 per calendar day after time for Final Completion has expired.

      Performance Bond: 100%

      Payment Bond: 100%

      Bid Security: 5%

    • Specifications

      Specifications for this project can be viewed and downloaded in the Attachments section.

    • Additional Bid Information

      Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all Unit Price Bid items will be based on actual quantities provided, determined as provided in the Contract Documents. The prices quoted shall include without exception all materials, supervision, labor, equipment, appliances, clean-up, incidental items, applicable sales, use and other taxes, insurance, building permit or fees, and the Contractor's labor, overhead, profit, mobilization and other mark-ups, and in full accordance with the Contract Documents. Include allowance for waste where appropriate. The unit prices shall be maintained throughout the Contract Time. Unit prices shall be used in determining additions or deductions from the total Contract Price in the event of changes due to unforeseen conditions in the Work.

    • Pre-Bid Conference

      A pre-bid conference is scheduled related to this Invitation for Bid on Tuesday, May 5, 2026 at 12:00 pm at:

      Lee Hall Maintenance and Operations Center 425 Industrial Park Drive, Newport News, VA 23608

      Attendance at the pre-bid conference is mandatory in order for a bid to be considered for award.

    • Background
      NO VALUE
    • Construction Drawings and Other Documents

      Plans are the property of the Owner and shall not be used for any purposes other than those specified in these Contract Documents.

      • Specification (184 Pages Attachment)
      • Drawings (22 Pages Attachment)
      • General Conditions (2 Pages Attachment)
      • Special Construction Conditions (7 Pages Attachment)
    • Termination for Convenience and Termination for Cause

      Refer to Standard Terms and Conditions for these applicable provisions.

    • Hampton Roads Planning District Commission Regional Construction Standards

      Prior to construction, the Contractor is required to obtain a copy of the Hampton Roads Planning District Commission Regional Construction Standards, Sixth Edition, from the Hampton Roads Planning District Commission located in Chesapeake, Virginia.

      Note: The attached Newport News Construction Standards document contains modifications, additions, or deletions modified by the Owner or by Special Provision to the HRPDC Regional Construction Standards are hereby incorporated into the contract documents.

    • Pre-Bid Conference

      A pre-bid conference is scheduled related to this Invitation for Bid on Tuesday, May 5, 2026 at 12:00 pm at:

      Lee Hall Maintenance and Operations Center 425 Industrial Park Drive, Newport News, VA 23608

      Attendance at the pre-bid conference is not mandatory in order for a bid to be considered for award.

    • Equal Employment Opportunity

      During the performance of this contract, the Contractor agrees as follows: 

      1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause.
      2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin.
      3. The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information.
      4. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment.
      5. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.
      6. The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.
      7. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.
      8. The Contractor will include the portion of the sentence immediately preceding paragraph (A) and the provisions of paragraphs (A) through (H) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of Contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a Contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon Contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings.
    • Award

      The City will make the award based on Total Bid to the lowest responsive and responsible bidder. The City reserves the right to conduct any test it may deem advisable and make all evaluations. The City also reserves the right to reject any or all bids, to award whole or in part, and to waive informalities prior to making the award, whenever it is deemed to be in its best interest.

    • Timeline
      Release Project Date:April 20, 2026
      Pre-Bid Conference/Site Visit (Non-Mandatory):May 5, 2026, 12:00pm

      Lee Hall Maintenance and Operations Center
      425 Industrial Park Drive, Newport News, VA 23608

      Question Submission Deadline:May 19, 2026, 1:00pm
      Bid Submission Deadline:June 2, 2026, 2:00pm

      Bids will be publicly opened on the due date and time as specified herein, in the Office of Purchasing. A virtual attendance option is also available by using the link below.

      https://teams.microsoft.com/meet/230275184948819?p=Fh2SQvUM6uMs7spXer

    • Newport News City Code References

      Certain sections of these Contract Documents contain references to the Newport News City Code, Article XX. Office of Purchasing.

    • Pre-Bid Conference

      There is not a pre-bid conference scheduled for this project.

    • Compliance with the Davis-Bacon Act

      When required by Federal Program legislation, the following contract provisions apply to a construction related contract.  

      1. All transactions regarding this contract shall be done in compliance with the Davis-Bacon Act (40 U.S.C. 3141- 3144, and 3146-3148) and the requirements of 29 C.F.R. pt. 5 as may be applicable. The Contractor shall comply with 40 U.S.C. 3141-3144, and 3146-3148 and the requirements of 29 C.F.R. pt. 5 as applicable.
      2. Contractors are required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor.
      3. Additionally, Contractors are required to pay wages not less than once a week.
    • Contact Information

      Project Contact:

      Vernest Rice

      Senior Contract Specialist

      2400 Washington Ave

      Newport News, VA 23607

      Email: ricevo@nnva.gov

      Phone: (757) 926-8032

       

      Secondary Contact:

      Kyle Pitchford

      Procurement Services Specialist

      2400 Washington Avenue

      Newport NewsVA 23607

      Email: pitchfordkm@nnva.gov

      Phone: (757) 926-8042

    • Bid Items (Descriptions and Measure of Payments)

      Bid Item No. 1: Mobilization / Demobilization (limited to 5% of the total of Bid Items 3-32) – Lump Sum (LS)

       

      The performance of construction preparatory operations, including the movement of personnel and equipment to both project sites, payment of performance and payment bond and other insurance premiums, payment of permit fees, and for the establishment of the Contractor's offices, buildings and other facilities necessary to begin the work on a substantial phase of the contract. Mobilization will be paid for at the contract lump sum price, which price will be full compensation for performing the work specified and the furnishing of all materials, labor, tools, equipment and incidentals necessary to mobilize and subsequently demobilize the construction preparatory operations. Payment for this item will be made in two installments. The first payment of fifty percent (50%) of the lump sum price will be made at the commencement of the project. The second and final payment of fifty percent (50%) of the lump sum price will be made upon completion of the project.

       

      Unit of Measure: Lump sum (not to exceed 5% of construction cost subtotal). The construction cost subtotal is represented by the combined computed total price of Bid Item Nos. 3 through 32, inclusive.

       

      No additional payment will be made for demobilization and remobilization due to shutdowns, suspensions of the work or for other mobilization activities.

       

      Bid Item No. 2: CSXT Costs - Allowance

      1. CSXT costs include the following:

      1. Contractor’s Railroad Protective Liability insurance.
      2. Protective Services required by/of Contractor, including but not limited to flagman services.

       

      Unit of Measure: Allowance.

      No separate payment will be made for incidental costs. The Item Price shall include all costs billed by CSXT to the Contractor to comply with CSXT requirements for completing the Work as shown or specified in the Contract Documents. No payment in addition to said costs will be made under this Bid Item.

       

      Bid Item No. 3: Erosion and Sediment Control – Lump Sum (LS)

      1. Erosion and sediment control includes the following:

      1. Installation, maintenance, and removal of erosion and sediment control measures prescribed in the Contract Documents, as well as additional measures identified during construction and required by the Owner, Engineer, or Inspector, or any other entity having such jurisdiction.
      2. Removal and disposal off-site and in an approved manner of accumulated sediment and debris.
      3. Required reporting and notifications to authorities having jurisdiction.

       

      2. Unit of Measure: Lump sum, all labor, materials, and incidentals required to complete will be

          measured and paid as a complete installation.

       

      Bid Item Nos. 4 through 9 – Ductile Iron Water Main Installations – Linear Foot (LF)

         Bid Item No. 4 – 30-Inch Ductile Iron Water Main Installation

         Bid Item No. 5 – 24-Inch Ductile Iron Water Main Installation

         Bid Item No. 6 – 18-Inch Ductile Iron Water Main Installation

         Bid Item No. 7 – 16-Inch Ductile Iron Water Main Installation

         Bid Item No. 8 – 12-Inch Ductile Iron Water Main Installation

         Bid Item No. 9 – 6-Inch Ductile Iron Water Main Installation

       

      1. Water main installations include the following:
        1. Furnish and install pipe and related materials in accordance with Section 02510 and the Contract Drawings.
        2. Furnish and install neoprene pads between new water main and existing utilities as required and as shown on the Contract Drawings.
        3. Mechanical joints fittings may be used, with restraining glands, in lieu of restrained joint fittings. No additional compensation will be made for unused bends or restraining gland kits, or for additional long solid sleeves required to make connections. These materials will be considered incidental to the cost of the water main installations.
        4. Cutting, capping, removal and disposal of existing pipelines as required to complete installations.
        5. Disabling existing valves, air vents, boxes, frames, covers, or other appurtenances as required.
        6. Removal and disposal of existing hydrants as shown in the Contract Drawings.
        7. Survey, layout and measurement.
        8. Furnish construction facilities and temporary controls.
        9. Excavating, backfilling and compacting in accordance with Section 02315 and the trench details on the drawings, including bedding and backfill materials, rock excavation and removal, and disposal of excess and unsuitable materials. These costs shall be considered incidental to the associated water mains.
        10. Excavation support in accordance with Section 02260.
        11. Unloading, stringing, handling and installing pipe in accordance with technical specifications and the Contract Drawings including:
          1. Restraining glands, bracing, in accordance with Section 02512 and the details shown on the Contract Drawings.
          2. Furnishing and installing zinc-coated pipe and zinc-coated fittings on the proposed mains. Fittings include tees, bends, sleeves, caps, etc. and restrained joint pipe in accordance with, and to the limits shown on, the Drawings.
          3. Furnishing and installing temporary plugs and blow-offs.
          4. Supporting underground utilities, utility poles, relocation of guy wires, etc.
        12. Disinfection in accordance with Section 02513.
        13. Leakage testing in accordance with Section 02514.
        14. Dewatering and disposal of water from existing pipes.
        15. Grading and restoration in accordance with Sections 02315 and 02920.
        16. Furnish and place seed, fertilizer, mulch and soil stabilization blankets/mats (as required) in accordance with Section 02920, the Drawings, and in areas designated by the Engineer including:
        17. Preparation, fertilizer, mulch, watering and other requirements specified in Section 02920.
        18. Maintenance and watering required until acceptance in accordance with Section 02920.
        19. Daily temporary pavement and permanent pavement patching.
        20. Curb, curb and gutter, and sidewalk restoration.
        21. Concrete driveway restoration.
        22. Furnish and install pavement patching.
        23. All temporary traffic control measures, including development of maintenance of traffic plans as required.
        24. Videotaping and photographs for pre-construction survey and construction activities in accordance with the Special Provisions identified in Section 110.
        25. Restrained couplings, insulated as required by the Contract Drawings, and connection to the existing water main.
        26. All miscellaneous Work not covered under other items.

       

      1. Unit of Measure: Linear feet of pipe and fittings measured along the centerline on the horizontal axis, complete installation.

       

      No separate payment will be made for incidental costs. The Item Price shall include all labor, equipment, materials, tools, appurtenances and incidentals required to complete the Work as shown or specified in the Contract Documents, including but not limited to the following (as applicable):

        1. Labor, Supervision and Management.
        2. Equipment and Tools.
        3. Materials.
        4. Transportation.
        5. Plant, including power, water, refuse and sanitary services.
        6. Bonds and Insurances.
        7. Worker’s Compensation.
        8. General overhead, applicable taxes and profit.
        9. Licenses.
        10. Safety devices, equipment, and other related costs.
        11. Contract administration, shop drawings, submittals and, approvals.
        12. Excavations and excavation support including, but not limited to, temporary sheeting, shoring, bracing, or use of trench boxes.
        13. Offsite disposal of pipe and appurtenances removed.
        14. Temporary utility connections.
        15. Supporting aboveground and underground utilities, utility poles, relocation of guy wires, etc.
        16. Temporary lighting.
        17. Test pits.
        18. Temporary erosion and sediment control measures.
        19. Mulching, fertilizer and lime.
        20. Replacement in like and kind or as otherwise specified of trees, shrubs, ornamentals, and repair/treatment of any such damage for items not identified to be removed.
        21. All excavation and backfill outside of trench pay limits required to complete the work of any other bid item.
        22. Compaction and compaction testing.
        23. Laboratory and shop tests.
        24. Chlorination and dechlorination.
        25. Hydrostatic and/or leakage testing.
        26. Soil/backfill testing.
        27. Concrete testing.
        28. Material and equipment testing.
        29. Temporary pipe thrust restraint at tie-in connections and abandonment locations.
        30. All other expenses and incidentals required to complete the Work as shown or otherwise specified in Section 109.

       

      Bid Item No. 10: 14” HDPE Sliplining – Lump Sum (LS)

      1. HDPE Sliplining installation includes:
        1. Coordination with CSXT roadmaster. Costs billed to the Contractor by CSXT shall be paid under Bid Item No. 2.
        2. All labor, materials, equipment, and incidentals required for a complete installation of the HDPE sliplining including the following:
          1. Excavation, bedding, backfill and compaction as required by the Contract Documents including removal and disposal of excess and unsuitable materials.
          2. Excavation support system at entry and exit pits in accordance with Section 02260.
          3. Pipe cleaning in accordance with Section 810 of HRPDC Regional Construction Standards.
          4. Pre- and post-lining CCTV inspection in accordance with Section 811 of HRPDC Regional Construction Standards.
          5. Slipline equipment setup, layout, and operation.
          6. Furnishing and installing pipe, fittings, flanges, appurtenances, adapters, and related materials necessary to complete the Work.
          7. Furnishing and installing grout/cellular concrete in annular space.
          8. Hydrostatic pressure testing.
          9. Connection to existing water main.
          10. Backfill of pits, and surface restoration, including landscaping, if required.
          11. Furnishing and installing pavement patching.
          12. All temporary traffic control measures.
          13. Any coordination with CSXT, including obtaining Railroad Protection Liability Insurance with CSXT to complete the Work as required.
          14. Removal, disposal, and abandonment of existing water main to complete water main installation.

       

      1. Unit of Measure: Lump sum for all labor, materials, and incidentals required to complete will be measured and paid as a complete installation. No additional payment will be made for length of casing exceeding the stations shown on the Contract Drawings unless previously approved in writing by the Owner or Engineer.

       

      1. No payment will be made for any failed slipline pipe installation, including failed pull-back attempts or a successfully installed pipe but unsuccessful hydrostatic test.

       

      Bid Item No. 11: Temporary Restraint for 30-Inch Water Main – Each (EA)

      1. Temporary restraint includes the following:
        1. Furnish and install temporary pipe restraint in accordance with the details shown on the Contract Drawings.
        2. Excavating, dewatering, backfilling and compacting in accordance with Section 02315.
        3. Furnishing equipment and materials to install piles and means of load transfer, protection of existing utilities including temporary bracing/anchoring of utility poles as required by utility owner(s), removal/abandonment of temporary restraint system, and all other labor, materials, equipment, and incidentals required for complete installation.

       

      1. Unit of Measure: Each installed temporary restraint will be measured and paid as a complete installation for all labor, materials, and incidentals required to complete the Work.

       

      Bid Item Nos. 12 through 15 – Thrust Collar Installations – Each (EA)

               Bid Item No. 12 – 24-Inch Thrust Collar Installation

               Bid Item No. 13 – 18-Inch Thrust Collar Installation

               Bid Item No. 14 – 16-Inch Thrust Collar Installation

               Bid Item No. 15 – 12-Inch Thrust Collar Installation

       

      1. Thrust Collar Installations include the following:
        1. Excavation, bedding, backfill and compaction as required by the Contract Documents.
        2. Excavation to locate existing pipe joints.
        3. Furnish and install thrust collar including glands, concrete and concrete reinforcement.
        4. Furnish and install pavement patching.
        5. All other labor, materials, equipment, and incidentals required to complete the installation as required by the Contract Documents.

       

      1. Unit of Measure: Each thrust collar will be measured and paid as a complete installation for all labor, materials, and incidentals required to complete the Work.

       

      Bid Item No. 16: 1-Inch Manual Air Valve – Each (EA)

      1. Manual air valve installations include the following:
        1. Furnish and install the components required for manual air valve installations (including frame, lid and truss pipe) in accordance with the details shown on the Contract Drawings.
        2. Excavating, dewatering, backfilling and compacting in accordance with Section 02315.
        3. Installation includes tapping the main, installing piping, valves, corporation stops, miscellaneous fittings, valve boxes, and all other labor, materials, equipment, and incidentals required for complete installation.

       

      1. Unit of Measure: Each installed manual air valve will be measured and paid as a complete installation for all labor, materials, and incidentals required to complete the Work.

       

      Bid Item No. 17: Fire Hydrant Assembly – Each (EA)

      1. Fire Hydrant Assembly installation includes:
        1. All labor, materials, equipment, and incidentals required for a complete installation including the following:
          1. Excavation, backfill, and compaction as required by the Contract Documents including disposal of excess and unsuitable materials.
          2. Furnish and install fire hydrant, six-inch (6”) gate valve and six-inch (6”) diameter ductile iron water main along the hydrant run following the hydrant tee, including fittings, joint restraint systems, valve key extension stem (if required), valve box, frame and cover.  All hydrant piping shall be restrained as indicated on the Contract Drawings.
          3. Hydrant tees to be installed in connection with this Item shall be paid for under Bid Item No. 5.
          4. Pavement demolition and removal required for initial trench excavation in paved areas and disposal of such demolished pavement material.
          5. Connection to new pipe.
          6. Furnish and install pavement patching.
          7. All other labor, materials, equipment, and incidentals required to complete the installation as required by the Contract Documents.

       

      1. Unit Measure: Each installed hydrant assembly will be measured and paid as a complete installation for all labor, materials, and incidentals required to complete the Work.

       

      Bid Item No. 18: Water Service Reconnection (Up to 1” Diameter) – Linear Foot (LF)

      1. Water Service Reconnection installation includes:
        1. All labor, materials, equipment, and incidentals required for a complete installation of the water service including the following:
          1. Excavate, bedding, backfill and compaction as required by the Contract Documents including removal and disposal of excess and unsuitable materials.
          2. Installation of the corporation stop, Type K copper water service tubing and all required appurtenances in accordance with the Contract Documents.
          3. Connection to existing water service line.
          4. In advance of the newly installed water main being placed in service, the Contractor shall perform all necessary investigations, and positively field-identify all existing water services for re-connection, as well as the exact location of the reconnection.
          5. Pavement demolition and removal required for initial trench excavation in paved areas and disposal of such demolished pavement material.
          6. Furnish and install pavement patching.
          7. Removal, disposal, and abandonment of existing water service to complete water service line and water meter installation.

       

      1. Unit of Measure: Each installed water service reconnection will be measured and paid per linear feet for of water service pipe installed, including all labor, materials, and incidentals required to complete the Work.

       

      Bid Item Nos. 19 through 23 – Valve Installations – Each (EA)

         Bid Item No. 19 – 30-Inch Butterfly Valve Installation

         Bid Item No. 20 – 24-Inch Butterfly Valve Installation

         Bid Item No. 21 – 16-Inch Butterfly Valve Installation

         Bid Item No. 22 – 12-Inch Gate Valve Installation

         Bid Item No. 23 – 6-Inch Gate Valve Installation

       

      1. Valve Installations include the following:
        1. Excavation, bedding, backfill and compaction as required by the Contract Documents including removal and disposal of excess and unsuitable materials.
        2. Furnish and install butterfly valve, gate valve, including joint restraint systems, valve extension (if required), valve box, frame and cover.
        3. Gate valve to be installed in connection with Fire Hydrant Assembly shall be paid for under Bid Item No. 12.
        4. Furnish and install pavement patching.
        5. All other labor, materials, equipment, and incidentals required to complete the installation as required by the Contract Documents.

       

      1. Unit of Measure: Each valve will be measured and paid as a complete installation for all labor, materials, and incidentals required to complete the Work.

       

      Bid Item No. 24: Flowable Fill for Pipe Abandonment – Cubic Yard (CY)

      1. Flowable fill for pipe abandonment includes the following:
        1. Coordination with City staff and verification the existing water main is out of service prior to demolition.
        2. Submitting an abandonment plan to the Engineer which shall include the means and methods of dewatering, hauling, and disposing of any water present in the existing pipeline and installing the flowable fill. The Contractor shall provide bulkhead locations, internal pipe diameters, and an estimate of the volume of flowable fill required to abandon existing water main in place.
        3. Coordination with CSXT roadmaster. Costs billed to the Contractor by CSXT shall be paid under Bid Item No. 2.
        4. Excavating, dewatering, backfilling and compacting in accordance with Section 02315.
        5. Pumping, hauling and disposing of any water present in the existing pipeline to be abandoned.
        6. Cleaning and/or CCTV inspection for Contractor’s convenience.
        7. Installing end caps, vents, and appurtenances necessary to fill and abandon existing water mains.
        8. Providing and installing the volume of cellular concrete or flowable fill required to fully abandon the existing water main in place.
        9. Installing additional injection points as required to facilitate flowable fill installation.
        10. Disabling existing valves, air vents, boxes, frames, covers, or other appurtenances as required.
        11. All site restoration, including curb, gutter, sidewalk, and pavement patching of flexible pavement (as required).

       

      1. Unit of Measure: Cubic yard, measured to one tenth (0.1), for all labor, materials, and incidentals required to complete the Work. No payment shall be made for flowable fill in excess of 105% of the volume required to completely fill water main to be abandoned.

       

      Bid Item No. 25: Pavement Restoration – Square Yard (SY)

      1. Pavement restoration includes the following:
        1. Pavement milling operations to the required depth of 1 ½” in accordance with the Contract Drawings.
        2. Furnish, place, and compact the required thickness of surface course and tack coat.
        3. Restoration and/or replacement of all existing pavement markings and striping.
        4. Collection, transportation, and disposal of temporary and/or milled pavement materials and debris.
        5. Restoration limits include all pavement removed or damaged by the Contractor’s work identified by the Owner.

       

      1. Unit of Measure: Per square yard for all labor, materials, and incidentals required to complete the work.

       

      Bid Item No. 26:  Undercut Excavation and Backfill (As Authorized by Owner) – Cubic Yard (CY)

            1. Item includes furnishing materials, equipment, labor, and incidentals required for the following:
              1. Excavation of unsuitable material for pipeline and other appurtenances in excess of the depths shown on the Drawings, and in accordance with Section 02315.
              2. Furnish, place and compact additional undercut excavation backfill (VDOT No. 57 stone), in areas where additional excavation is required to remove unsuitable materials, as directed in writing by the Owner. 
              3. Removal and disposal of all unsuitable soil.
              4. Furnishing and installing geotextile fabric.
              5. Installing and removing sheeting, shoring, and bracing; loading, hauling and stockpiling material; preparation of subgrade; protection and support of existing utilities; dewatering and accommodating drainage; and cleanup.
              6. Additional erosion and sediment control measures as required.
              7. Payment for this item will be for additional undercut excavation and undercut excavation backfill for the sewer force main (and other appurtenances) necessary to remove unsuitable material as determined and/or directed by the Engineer, which is deeper than the designated trench excavation for the force main profile (as shown on the trench details of the Drawings).

       

            1. Measurement and Payment: Per cubic yard of material compacted and installed, as authorized in advance by the Owner.

       

      Bid Item No. 27:  Select Backfill (As Directed by Owner) – Cubic Yard (CY)

            1. Item includes furnishing materials, equipment, labor, and incidentals required for the following:
              1. Install and compact Select Fill material, in accordance with Section 02315, in areas where excavated material is deemed unsuitable for proper backfilling of the trench, as directed by the Owner.
              2. Designate the source of material and providing appropriate data as part of the submittal process.  In the event borrow material is stored at the project site, it shall be kept at a separate location from native soils which are also stored at the construction site.
              3. Removal and disposal of unsuitable material.

       

            1. Measurement and Payment: Per cubic yard of material compacted and installed, as authorized in advance by Owner.

       

      Bid Item No. 28:  Mill and Overlay (As Directed by Owner) – Square Yard (SY)

            1. Item includes furnishing materials, equipment, labor, and incidentals required for the following:
              1. Mill and overlay surface layer of pavement, in accordance with the Contract Drawings and Sections 315 and 515, where existing pavement to remain in place is damaged or otherwise deemed unsuitable, as directed by the Owner in writing. 
              2. Removal and disposal of milled material.
              3. Replacement of pavement markings including reflectors.

       

            1. Measurement and Payment: Per square yard of material milled and overlaid, as authorized in advance by Owner.

       

      Bid Item Nos. 29 and 30:  Polyethylene Encasement (As Directed by Owner) – Linear Foot (LF)

         Bid Item No. 29 – 18-Inch and Smaller Diameter

         Bid Item No. 30 – 24-Inch and Larger Diameter

       

      1. Polyethylene Encasement includes the following:
        1. Installation of encasement in accordance with the Contract Documents and manufacturer’s recommendations.

       

      1. Unit of Measure: Linear feet of encasement measured along the centerline on the horizontal axis, complete installation.

       

      Bid Item No. 31: Jefferson Avenue Pump Station Valve Replacement– Lump Sum (LS)

      1. Jefferson Avenue Pump Station Pipe Replacement includes the following:
        1. Coordination with City staff and verification the existing water mains are out of service before demolition.
        2. Submitting an abandonment plan to the Engineer which shall include the means and methods of dewatering, and hauling and disposing of any water present in the existing pipeline.
        3. Excavating, dewatering, backfilling and compacting in accordance with Section 02315. Includes installation of additional backfill material where pipe/vault is removed and not replaced.
        4. Dewatering and disposing of water from existing pipe.
        5. Cutting, capping, bracing, removing and disposing of any existing water main.
        6. Demolition, removal, and disposal of concrete valve vault.
        7. Disabling existing valves, air vents, boxes, frames, covers, or other appurtenances as required.
        8. Furnishing and installation of ductile iron pipe, fittings, butterfly valves, sleeves, couplings, restraining glands, concrete adapters, appurtenances, and related materials necessary to complete the Work.
        9. All site restoration, including lawn, curb, gutter, sidewalk, and pavement patching of flexible pavement (as required).

       

      1. Unit of Measure: Lump sum, all labor, materials, and incidentals required to complete will be measured and paid as a complete installation.

       

      Bid Item No. 32: Jefferson Avenue Pump Station Yard Pipe Replacement– Lump Sum (LS)

      1. Jefferson Avenue Pump Station Pipe Replacement includes the following:
        1. Coordination with City staff and verification the existing water mains are out of service before demolition.
        2. Submitting an abandonment plan to the Engineer which shall include the means and methods of dewatering, and hauling and disposing of any water present in the existing pipeline.
        3. Excavating, dewatering, backfilling and compacting in accordance with Section 02315. Includes installation of additional backfill material where pipe is removed and not replaced.
        4. Dewatering and disposing of water from existing pipe.
        5. Cutting, capping, bracing, removing and disposing of any existing water main.
        6. Disabling existing appurtenances as required.
        7. Furnishing and installation of ductile iron pipe, fittings, sleeves, couplings, restraining glands, concrete adapters, plugs/caps, appurtenances, and related materials necessary to complete the Work.
        8. All site restoration, including lawn, curb, gutter, sidewalk, and pavement patching of flexible pavement (as required).

       

      1. Unit of Measure: Lump sum, all labor, materials, and incidentals required to complete will be measured and paid as a complete installation.

       

    • Modifications to Regional Construction Standards (Division 1)

      As listed in the Newport News Construction Standards, on Pages 110-2 through 110-28.

    • Byrd Anti-Lobbying Amendment

      When applicable, Bidder/Offeror shall sign and submit the Certification contained in the Questionnaire section of this solicitation.

      1. Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency.
    • Bid Notes

      1.

      2.

      (add/edit as necessary)

    • Site Visit

      A site visit is scheduled related to this IFB on Tuesday, May 5, 2026, 12:00 pm at:

      Lee Hall Maintenance and Operations Center 425 Industrial Park Drive, Newport News, VA 23608

      It is the responsibility of each Bidder before submitting a Bid:

      1. To examine thoroughly the Bid Documents;
      2. To become familiar with and satisfy the Bidder as to the general, local and site conditions that may affect cost, progress, performance, or furnishing of the Work;
      3. To study and carefully correlate the Bidder’s knowledge and observations with the Bid Documents and such other related data; and,
      4. To promptly notify the Owner of all conflicts, errors, ambiguities or discrepancies which the Bidder has discovered in or between the Bid Documents and such other related documents or field/site conditions.
    • Modifications to Regional Construction Standards (Divisions 2-8)

      As listed in the Newport News Construction Standards, on Pages 110-29 through 110-36.

    • Compliance with the Copeland “Anti-Kickback” Act

      When required by Federal Program legislation the following contract provision shall apply to a construction or repair contract.  

      1. Contractor. The Contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract.
      2. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the Federal grantor agency including FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses.
      3. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a Contractor and subcontractor as provided in 29 C.F.R. § 5.12.”
    • Contractor Qualifications

      Firms shall have the capability in all respects to fully perform the services or provide the goods specified and have the experience necessary to assure good faith performance of the contract.

      The Contractor shall have a minimum of five (5) years' experience in relevant construction (sanitary, storm, water, and roadway rebuilding).  Any site superintendent must possess a minimum of ten (10) years of experience in relevant construction (sanitary, storm, water, and roadway rebuilding), at the time of bid.   Also, a minimum of three (3) years of work experience with Municipalities and or VDOT is required.

    • Assignment of Work/Ordering

      ***Include any special requirement pertaining to this project.***

    • Compliance with the Contract Work Hours and Safety Standards Act

      When required by Federal Program legislation, the following contract provision apply to construction contracts that includes mechanics and laborers.

      1. Overtime requirements. No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.
      2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (A) of this section the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (A) of this section, in the sum of $26 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section.
      3. Withholding for unpaid wages and liquidated damages. The City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (B) of this section.
      4. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (A) through (D) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (A) through (D) of this section.
    • Contract/Agreement

      Following award, a contract will be executed between the Contractor and the City. A sample contract is included in this Invitation for Bid. Do not return the sample contract with the bid; it is provided for informational purposes only.

    • Clean Air Act and the Federal Water Pollution Act

      When required by Federal Program legislation, the following contract provision apply to contracts in excess of $150,000.

      1. The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq.
      2. The Contractor agrees to report each violation to the (name of applicant entering into the contract) and understands and agrees that the City will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office.
      3. The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by the Federal grantor agency, including FEMA.

      Federal Water Pollution Control Act 

      1. The Contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq.
      2. The Contractor agrees to report each violation to the (name of the applicant entering into the contract) and understands and agrees that the (name of the applicant entering into the contract) will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office.
      3. The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by the Federal grantor agency, including FEMA.
    • Debarment and Suspension
      1. This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the Contractor is required to verify that none of the Contractor’s principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935).
      2. The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into.
      3. This certification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment.
      4. The Bidder/Offeror agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Bidder/Offeror or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.
    • Contract Period/Renewal

      The initial contract period will be for one (1) year from date of award with the option to renew, at the City’s sole discretion, for four (4) additional one (1) year periods.

      A contract extension, under the terms and conditions contained herein, may be considered for up to six (6) months following the end of the final one year renewal period upon mutual agreement of the City and Contractor.

    • Procurement of Recovered Materials
      1. In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired— 
        • Competitively within a timeframe providing for compliance with the contract performance schedule; 
        • Meeting contract performance requirements; or 
        • At a reasonable price.
      2. Information about this requirement, along with the list of EPA designated items, is available at EPA’s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensiveprocurement-guideline-cpg-program.
      3. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act.
    • Price Escalation/De-Escalation

      Price adjustments may be permitted for changes in the Contractor’s material/service costs, not to exceed the change of the Consumer Price Index (CPI) [or] the Producer Price Index (PPI) [or] otherSeries: Name/Number XXXX, XXXXX, not seasonally adjusted, as published by the United States Bureau of Labor Statistics for the latest twelve months for which statistics are available.

      A price adjustment may be requested after the initial contract period [or] XXX calendar days after the effective date of the contract [or] one (1) year after the effective date of the contract [or] other, and each XXX days [or] renewal period [or] year [or] other thereafter, and only when verified and approved by the Office of Purchasing.

      The Contractor shall provide a minimum of 30 days advance notice (“advance notification period”) of any price increase to the Office of Purchasing. An approved price adjustment will be effective at the beginning of the calendar month following the end of a full 30 day advance notification period. (For example, Contractor requests a price increase on August 15. Office of Purchasing reviews and approves the request. New prices will be effective October 1).

      The Contractor shall submit a written request for a price adjustment (email, facsimile, or US Mail) to the Office of Purchasing. Evidence/proof of price change from the manufacturer or other relevant source shall accompany the request. Price adjustments are not automatic and are subject to approval by the Office of Purchasing. If an adjustment is approved by the City, price increases may be limited to a maximum of 5% for each increase period.

      Any manufacturer price decreases are subject to implementation at any time and shall be immediately conveyed to the City.

      The City reserves the right to request a reduction in price based on economic factors or market conditions during the contract term according to changes in the specified index or other factors.

      Consumer Price Index or Producer Price Index information and detailed statistics including current percentage changes can be accessed at http://www.bls.gov/cpi or http://www.bls.gov/ppi.

      [consider if the below should be added or delete]

      NOTE: At the present time the City recognizes unknown impacts on prices of goods as a result of the tariff negotiations at the federal level. The City will consider price adjustments beyond those noted above, if bonafide evidence is provided by the Contractor that implementation of new/increased tariffs will impact the prices offered above and beyond the price adjustment language noted above. The City reserves the right to negotiate additional price adjustments as a result of tariffs.

    • Price Escalation/De-Escalation

      Prices shall remain firm during the entire term of the contract [or] project.

    • Buy America

      To the extent purchases are made with Federal Highway Administration, Federal Railroad Administration, or Federal Transit Administration funds, Bidder/Offeror certifies that its products comply with all applicable provisions of the Buy America Act and agrees to provide such certification or applicable waiver with respect to specific products to any Participating Agency upon request. Purchases made in accordance with the Buy America Act must still follow the applicable procurement rules calling for free and open competition.

    • Invoicing and Payment

      The Contractor shall use the City’s Project and Contract Management System (Projectmates) to electronically submit invoices, change orders, and subcontractor reporting. Subcontractor payment information shall be submitted with each invoice. The General Contractor will need to provide the subcontractor’s name, primary contact name and title, company email address, company phone number, certification types (i.e. Small Business, Women-Owned Business, Minority Owned Business, DBE, etc.), certifying agency name (Virginia Small Business Supplier Diversity, National Minority Supplier Development Council, etc.) and certification number. The General contractor will report the subcontractor utilization based on commitments in the bid including stated SWaM or DBE percentages.

      Submissions for payment shall be based on the pricing contained in the contract documents. Payment will be authorized following receipt of a valid invoice, which must minimally include the Purchase Order Number, Contract number (if provided by the City), Description of Goods and Services, Breakdown of hours, and Total Price. Invoices may be submitted following the completion of services or agreed-upon terms.

    • Rights to Inventions Made Under a Contract or Agreement
      1. If the Federal award meets the definition of “funding agreement” under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency.
      2. When federal funds are expended by the City, the Bidder/Offeror certifies that during the term of an award for all contracts resulting from this solicitation, the Bidder/Offeror agrees to comply with all applicable requirements of this section.
    • CIP-Funded Project

      Funds to be utilized for this project are from the City’s multi-year Capital Improvement Plan.   [use if applicable] In addition, the City intends to utilize external funding sources including state [and/or] federal [and/or] [detail other funding sources].

      Offerors are advised that the initial Purchase Order amount for the project will represent the anticipated project cost for the City’s current fiscal year (July 1 through June 30 of each year).  This cost may be based on the appropriation of project funds for the fiscal year, contract time, Schedule of Values provided by the Contractor after award and date of Notice to Proceed (NTP).   The Purchase Order will be modified to reflect additional appropriations for each subsequent fiscal year in which Work will be performed.  The City’s method for identifying project cost on a fiscal year basis will not impact or delay the progression of Work by the Contractor nor will it impact the total contract price identified in the Agreement to be executed between the City and the Contractor.

    • Additional Provisions
      1. Access to Records. The following access to records requirements apply to this contract:
        1. The Contractor agrees to provide the City, Federal grantor agency, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions.
        2. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed.
        3. For FEMA related contracts, the Contractor agrees to provide the FEMA Administrator or U. S. Department of Homeland Security Headquarters 500 C St SW Washington, D.C. 20042 Page 23 of 25 www.fema.gov/procurement-disaster-assistance-team To Table of Contents his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract.
        4. In compliance with the Disaster Recovery Act of 2018, the City and the Contractor acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews by the federal grantor agency, including the FEMA Administrator or the Comptroller General of the United States.
      2. Amendments/Modifications.    The parties may amend this Agreement any time, in writing, by mutual agreement.  The City Manager or her designee may execute such amendments on behalf of City.   No contract which has been approved by the city council, the city manager, or his designee, may be modified or changed by amendment, change order, or any other agreement without the prior approval of the city council, the city manager, or his designee, unless (I) such modifications, in the aggregate, do not increase the amount of the contract by more than twenty-five (25) percent of the original amount of the contract or fifty thousand dollars ($50,000.00), whichever is greater, (ii) such changes are the result of unforeseen circumstances or changed conditions encountered during the progress of the performance of the contract, and (iii) such changes are directly related to the performance of the purpose of the contract.
      3. Department of Homeland Security (DHS) Seal Logo and Flags. To the extent that purchases are related to  DHS or Federal Emergency Management Agency (FEMA), the Contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific (FEMA) or federal grantor agency pre-approval.
      4. Compliance with Federal Law, Regulation and Executive Orders.  The Contractor will comply with all applicable Federal law, regulations, executive orders and the federal grantor agency, including FEMA, policies, procedures, and directives.”
      5. No Obligation by Federal Government.  The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, Contractor, or any other party pertaining to any matter resulting from the contract.
      6. Program Fraud and False or Fraudulent Statements or Related Acts.  The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor’s actions pertaining to this contract.”
    • Financial Summary

      Bidder shall provide a Financial Summary, upon request by the City.

    • Insurance

      The Contractor shall maintain adequate liability insurance, which shall protect and save harmless the City of Newport News, Virginia, and its officials from all suits and actions of every kind and description arising from injury or damage to persons and property in the prosecution of said work or in failure to properly safeguard same, and from all claims arising under the workmen's compensation laws. Following award of the contract, the Contractor shall furnish proof of said insurance prior to commencement of services.

      Prior to submitting a bid, ensure that your firm fully understands the City’s insurance requirements, your carrier is properly rated and that your carrier can provide the required insurance and endorsements.

      Contractor shall have seven (7) days from the date of the City’s request to provide insurance certificates and endorsements. Failure to provide the certificates and endorsements within this timeframe may be cause for the City to rescind award of a contract and hold the original Bidder/Offeror liable for excess costs.

      Insurance requirements are specified herein in section 103 of the Attachment entitled "Regional Construction Standards Sections 102-110."

    Submission Requirements

    • Primary Contact (required)

      Please provide the following information for the main contact for all communication regarding this solicitation:

      Name
      Title
      Phone Number
      Email Address

    • Secondary Contact - OPTIONAL

      Please provide the following information for the secondary contact for all communication regarding this solicitation:

      Name
      Title
      Phone Number
      Email Address

    • Payment Address (required)

      Please provide the payment address for your organization.

    • Previous Names

      What are prior names of this Bidder, if any?

    • Organization Type (required)

      If your company is a Corporation, provide the following information:

      • When Incorporated
      • In what State
      • Name and Address of Directors
      • Name and Address of Shareholders

      If your company is a Unincorporated Organization, provide the following information:

      • Date of Organization
      • Name and Address of Owners or Members
      • Type and State of Organization

      If your company is a Partnership, provide the following information:

      • Whether Partnership is General or Limited
      • Name and Address of Owners or Partners
    • Annual Dollar Volume (required)

      State approximate largest dollar volume of work performed by this Bidder in one year.

    • Authorization to Transact Business in Virginia (required)

      Please provide your State Corporation Commission (SCC) Identification Number. If the Firm/Company is not required to have/maintain registration, please provide the reason. If the Firm/Company is in the process of registering with the SCC, please state so.

      For more information on registration and requirements, please visit https://www.scc.virginia.gov/.

    • Payment Terms

      Please provide the payment terms for this project. If payment terms are not provided, then the terms shall be "Net 30 Days".

    • Years in Business (required)

      How many years has this Bidder been in business as a Contractor under its present business name?

    • Experience (required)

      How many years’ experience in this type of construction work has this Bidder had? Specify number of years as both a contractor and subcontractor.

    • Project Managers Experience (required)

      List the Bidder's crew foremen and supervisors proposed for this Project and their years of related experience.

      Be sure to include the following information for each individual:

      • Name
      • Years of experience
      • Dates of employment with Bidder
    • Government Experience (required)

      Have you ever performed work for a municipal corporation, local governing body, or similar agency previously?

    • Failure to Complete (required)

      Has this Bidder ever failed to complete any work awarded to it?

      If yes, give name of Owner, name of Bonding Company, and circumstances.

    • Bid Bond Amount (required)

      Fill in the blank in the space provided below.

      "In default of the performance on our part of the conditions of Bid, our failure to enter into an Agreement with the City of Newport News, Virginia, within the time above set, we herewith furnish a Bid Bond in the amount of $__________, which shall be absolutely forfeited to the City of Newport News, Virginia."

    • Escrow Account (required)

      [This applies to projects over $200,000 unless otherwise indicated. A sample Escrow Agreement is included in Attachment A, Newport News Construction Standards. If requested an Escrow Agreement will be provided to the successful Bidder.]

      I/We elect to utilize the Escrow Account Procedure described in the provision of this bid if determined to be the successful low Bidder.

    • Federal Terms and Conditions (required)

      Offeror hereby agrees to comply with all applicable Federal Terms and Conditions, if awarded a contract by the City.

    • Anti-Collusion Certification (required)

      By submitting a response to this solicitation, the Bidder certifies that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a proposal for the same product and that this bid is in all respects bona fide, fair and not the result of any act of fraud or collusion with another person or firm engaged in the same line of business or commerce. The Bidder understands collusive bidding is a violation of Federal law and that any false statement hereunder constitutes a felony and can result in fines, imprisonment, as well as civil damages.

    • Certification Regarding Debarment

      This is to certify that this person/firm/corporation is not now debarred by the Federal Government or by the Commonwealth of Virginia or by any other state, or by any town, city, or county, from submitting Bids, nor are they an agent of any person or entity that is now so debarred.

    • Debarment (required)

      Is the Bidder debarred by the Federal Government or by the Commonwealth of Virginia or by any other state, or by any town, city or country?

      If yes, please enter "Yes" and provide an explanation.

      If no, please enter "No."

    • Judgements (required)

      Has this Bidder ever had any judgements entered against it for the breach of contract for construction?

      If yes, please provide details.

    • Banking References (required)

      Give two (2) Banking Institution References.

      Include the following for each:

      • Name
      • Address
      • Credit Available
    • Material Suppliers (required)

      List three (3) material suppliers and amount of credit available.

    • Insurance Certificate (required)

      Please confirm your firm can provide a Certificate of insurance that includes Liability-Property, Liability-Personal Injury, Vehicle and Equipment, and other endorsements required by the City.

    • Bonding Reference (required)

      List surety company and highest coverage.

    • Safety Information (required)

      Please provide the following information:

      • Project Safety Responsibility (Name)
        • Telephone Number
        • Cell Number
        • Email
      • Emergency Contact (Name):
    • Safety Certification (required)

      The Bidder hereby attests that the project has been carefully evaluated for the safety risks it presents and all safety procedures required based on these risks by Virginia Occupational Safety & Health, referenced in the Bid document, will be implemented. Virginia Occupational Safety & Health and all other applicable Federal, State and local laws referenced in the Bid document, will be implemented. All workers on this project will be properly trained on the use of safety equipment and safe work practices.

    • Clear Understanding (required)

      Have you or your authorized representative, personally inspected the location of the proposed Work, and do you have a clear understanding of the requirements of the Bid Documents?

    • Authorization (required)

      In accordance with the terms, conditions and specifications of this Invitation for Bid, the authorized person(s) agrees to furnish the items and/or services requested. The authorized person(s) acknowledges that the bid is valid for a period of 90 days from the due date and certifies he/she has read, understands, and agrees to all terms, conditions, and requirements of this Invitation for Bid, and is authorized to contract on behalf of firm submitting the response.

      Bidder hereby authorizes and consents to any person, firm or corporation to furnish any information requested by the Owner in verification of this statement of contractor's qualifications.

      Also, if it is the apparent low Bidder, the Bidder hereby agrees to furnish the Owner upon request, a complete and current financial statement.

      In the space below, enter the name and contact email of the person who has signature authority for the Bidder's company, and is hereby agreeing to the statements above.

    • Attachment Confirmation (required)

      Bidder has thoroughly reviewed and understood all attachments to this IFB.

    • Additional Confirmations (required)

      We agree to enter into an Agreement with the City of Newport News, Virginia within seven (7) days of the notice of award for the price named in our Bid.

      It is expressly agreed by us that the City of Newport News, Virginia shall have the right to reject any and all Bids and to waive any minor non-substantive errors in the Bid and accept the Bid in the City of Newport News best interests.

      The Bidder has read all sections under "Instructions to Bidders."

      By confirming, Bidder acknowledges any strike-throughs contained herein, unless hand-written.

    • Contractor's License
    • Contractor's License Confirmation (required)

      Under Title 54.1, Chapter 11, Code of Virginia, a Contractor that for a fixed price, commission, fee, or percentage undertakes to bid upon, or accepts, or offers to accept, orders or contracts for performing, managing, or superintending in whole or in part, the construction, removal, repair or improvement of any building or structure permanently annexed to real property owned, controlled, or leased by him or another person or any other improvements to such real property is required to hold a business license issued by the Virginia Board for Contractors. Licenses are issued in one of three license classes; A, B, or C as follows:

      1. One hundred fifty thousand dollars ($150,000) or more, or the total value of all such construction, removal, repair or improvements undertaken by such person within any twelve-month period is one million dollars ($1,000,000) or more shall show evidence of being licensed as a Class A Contractor.
      2. Thirty thousand dollars ($30,000.00) or more, but less than one hundred fifty thousand dollars ($150,000) or the total value of all such construction, removal, repair or improvements undertaken by such person within any twelve-month period is two hundred  fifty thousand dollars ($250,000) or more, but less than one million dollars ($1,000,000) shall show evidence of being licensed as a Class B Contractor.
      3. Over one thousand dollars ($1,000) but less than thirty thousand dollars ($30,000) or the total value of all such construction, removal, repair, or improvements undertaken by such person within any twelve-month period is no more than two hundred and fifty thousand dollars ($250,000) shall show evidence of being licensed as a Class C Contractor.

      The City shall require master certification as a condition of licensure or certification of electrical, plumbing and heating, ventilation and air conditioning Contractors.

      In addition, a valid business license from the City may be required.

    • Contractor's License Class and Number (required)

      Please provide the License Class(es) and numbers held by this organization, or if licensing is not required, state in the space below: "Licensing not required under Virginia state code."

      1. "License Class A Virginia Contractor No. _________."
      2. "License Class B Virginia Contractor No. _________."
      3. "License Class C Virginia Contractor No. _________."
      4. Classification/Specialty ________________________.
    • Contractor's License Documents

      Please upload a copy of the contractor's licenses held by your organization.

    • Small, Women-Owned, Minority-Owned (SWaM) and Service Disabled Veteran-Owned Business
    • SWaM Status (required)

      Please review the City's SWaM program. This document is provided for informational purposes only.

      A certified SWaM Business is one that holds a current certification from the Virginia Department of Small Business and Supplier Diversity (SBSD), the U.S. Small Business Association (SBA), the Women’s Business Enterprise National Council (WBENC), National Minority Supplier Development Council (NMSDC) or from other U.S. State and some Local Government Supplier Diversity Programs.

      Is your company a certified Small, Woman or Minority Owned (SWaM) Business or Disadvantaged Business Enterprise?

    • Certification Type

      What is your company’s certification type?

    • Certification Information

      If applicable, please provide the Certification Entity/Agency and the Certification Number(s).

    • SWaM Certificate/Supporting Documentation

      If applicable, attach any supporting documentation, including certificates, in regards to your company's SWaM status.

    • Subcontracting

      Contractors (including SWaM and non-SWaM firms) are encouraged to offer subcontracting opportunities to SWaM businesses to the greatest extent possible.

      If applicable, please state the anticipated dollars that you intend to subcontract to each business type if a contract is awarded to your firm, similar to the format indicated below:

       

      Total dollars to be sub-contracted: Company Name:

      Total Small Business $______________ _____________________

      Total Woman-Owned $______________ _____________________

      Total Minority-Owned $______________ _____________________

      Total SDV Dollars $______________ _____________________

      Total DBE Dollars $______________ _____________________

       

      For your reference a link to the Virginia Department of Supplier Diversity (SBSD) SWAM Directory is provided here: https://www.sbsd.virginia.gov/directory/

      Other Resources:

      If your firm cannot subcontract any work to SWaM businesses, please elaborate on why subcontracting opportunities are not available or practical.

    • Document Submittals

      In this section, please download and/or upload the appropriate documents to be included with the bid.

    • Bid Bond [Required for bids in excess of $100,000.00]

      Bidder shall download the below Bid Bond Form, complete, and upload a fully executed and sealed Bid Bond, in the amount of 5% of the amount bid.  Bidder may wish to refer to Newport News Construction Standards - Sections 101-110 Attachment for additional information related to Bid Bonds.

    • Available Equipment (required)

      Attach a list of construction equipment that the Bidder owns that is available for the proposed Work.

    • Uncompleted Contracts (required)

      Attach a list of uncompleted Contracts at present held by this Bidder.

      Be sure to include the following information for each uncompleted contract:

      • Contract description
      • Type of work
      • Amount
      • Percentage completed
    • Subcontracting (required)

      Does this Bidder plan to subcontract any part of this work?

      If so, provide the following for each subcontractor:

      • Name
      • Address
      • Years of experience
      • Type
      • Amount of work to be performed
    • Non-Collusion Affidavit (required)

      Please download the below documents, complete, and upload.

    • Certification of Compliance with Immigration Laws and Regulations (required)

      Please download the below documents, complete, and upload.

    • Byrd Anti-Lobbying Amendment (required)

      Please download the below documents, complete, and upload.

    • References (required)

      Attach a list of a minimum of three (3) projects similar in character and scope to the Work specified under this Contract which have been successfully completed by this Bidder and proposed subcontractors or employees with principal roles in this contract during the past five years.

      (The term "completed" means accepted and final payment received from the Owner or authorized representative).

      Contractor shall provide references that include the following information:

      Location and type of work
      Owner's name/address
      Contact person (Name and telephone)
      Date completed
      Contract price

      Failure to provide the above detail may deem the bid non-responsive.

      The City reserves the right to ask for additional information.

    • W-9 (required)

      Please upload a completed copy of the W-9 for your organization.

    • Financial Summary (required)

      Attach a summary of your financial statement. (List assets and liabilities, use an insert sheet, if necessary).

    • Supporting Documentation

      Please submit any supporting documentation (i.e. descriptive literature, specifications, photographs, diagrams, etc.) that you would like to include with your bid.

    • Pre-Bid Conference (required)

      What type of pre-bid meeting will be required for this project?

    • Site Visit (required)

      Will there be a site visit for this project?

    • Contract Period/Renewal (required)

      Will there be an option for extensions for the contract term?

    • Price Escalation/De-Escalation (required)

      How will price adjustments be handled for this solicitation?

      Price adjustments only apply to term contracts. If solicitation is for a one-time project/purchase, then choose N/A.

    • Insurance (required)

      Will the awarded vendor be required to submit insurance documentation after award?

    • Financial Summary (required)

      Will Bidder be required to provide a financial summary?

    • Federal Funding (required)

      Will Federal funding be used to fund this project?

    • Capital Improvement Plan (CIP)-Funded Project (required)

      Is this to be a CIP-Funded project?

    Questions & Answers

    Q (Evaluation Criteria): Please provide the scoring method and weight for each section of the Evaluation Criteria for both the RFQ and RFP stages of the pursuit.

    A: This is an Invitation for Bid (IFB). There is no scoring method or set of weights for IFBs and RFQs (Requests for Quotes). The City will award this contract to the lowest responsive and responsible bidder.


    Key dates

    1. April 20, 2026Published
    2. June 2, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.