Active SLED Opportunity · VIRGINIA · CITY OF NEWPORT NEWS
AI Summary
City of Newport News seeks bids for storm drain rehabilitation at Lee Hall Water Treatment Plant including pipe installation, manhole work, and concrete construction. Mandatory site visit April 21, 2026. Bid due May 12, 2026.
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, May 12, 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 to furnish/provide all Work and Materials for the rehabilitation of the storm drain at the City's Lee Hall Water Treatment Plant (LHWTP), 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.
PreBid Sign-in sheet and PreBid Presentation attached.
Please use the See What Changed link to view all the changes made by this addendum.
Specifications for this project can be viewed and downloaded in the Attachments section.
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, May 12, 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 to furnish/provide all Work and Materials for the rehabilitation of the storm drain at the City's Lee Hall Water Treatment Plant (LHWTP), 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.
The work consists of installing Cured‑In‑Place Pipe (CIPP), abandoning buried pipelines in place using flowable fill, and abandoning an existing manhole. The scope also includes raising existing manhole frames and covers, removing an existing slide gate, and installing two new slide gates. Additional work involves removing a buried 42‑inch plug valve, installing a new 42‑inch pipe segment, and constructing new concrete collars and installing a new concrete plank.
Work to be completed in: 150 Days (Substantial), 30 Days (Final).
Liquidated Damages: $800.00 per calendar day after time for Substantial Completion has expired. $400.00 per calendar day after time for Final Completion has expired.
Performance Bond: 100%.
Payment Bond: 100%.
Bid Security: 5%.
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, Friday, April 24, 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.
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]
A pre-bid conference is scheduled related to this Invitation for Bid on Tuesday, April 21, 2026 at 11:00 am at:
Prebid/Site Visit - Lee Hall Water Treatment Plant, 437 Waterworks Way, Newport News, VA 23608
Attendance at the pre-bid conference is mandatory in order for a bid to be considered for award.
Refer to Standard Terms and Conditions for these applicable provisions.
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.
Contingent bid items #3-8 are to be included in the basis of award, but are to only be authorized for use during the project by confirmation from the Newport News Waterworks Department.
Plans are the property of the Owner and shall not be used for any purposes other than those specified in these Contract Documents.
| Release Project Date: | April 7, 2026 |
| Pre-Bid Conference/Site Visit (Non-Mandatory): | April 21, 2026, 11:00am Prebid/Site Visit - Lee Hall Water Treatment Plant, 437 Waterworks Way, Newport News, VA 23608 |
| Question Submission Deadline: | April 24, 2026, 1:00pm |
| Bid Submission Deadline: | May 12, 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. |
A pre-bid conference is scheduled related to this Invitation for Bid on Tuesday, April 21, 2026 at 11:00 am at:
Prebid/Site Visit - Lee Hall Water Treatment Plant, 437 Waterworks Way, Newport News, VA 23608
Attendance at the pre-bid conference is not mandatory in order for a bid to be considered for award.
The City will make the award based on the Total Bid (Base Bid and Additive Bid Item) 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.
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.
During the performance of this contract, the Contractor agrees as follows:
Certain sections of these Contract Documents contain references to the Newport News City Code, Article XX. Office of Purchasing.
When required by Federal Program legislation, the following contract provisions apply to a construction related contract.
BASE BID ITEMS
Item 1: Mobilization/Demobilization
Shall be measured and paid on a lump sum (LS) basis. The lump-sum items will be made on the basis of the percentage of work completed. Payment under this item will be made on the basis of the percentage of work completed on the Contractor’s submitted Schedule of Bid Prices.
Item 2: Mainline Gravity Sewer Rehabilitation by CIPP 39-inch
Shall be measured and paid on the actual LINEAR FOOT (LF) measured along the centerline of the pipe from the center of manholes, of each size pipe, excluding manhole diameter.
Item 3: Raise Frame and Cover
Shall be measured and paid on EACH (EA) manhole frame and cover raised. This cost is for the additional labor, equipment, and material cost to raise a manhole frame and cover.
Item 4: Gravity Sewer Abandonment
Shall be measured and paid on a lump sum (LS) basis for all abandonment performed. The lump sum bid shall include draining and disposal of water, filling the existing gravity mains to be abandoned with flowable fill, and providing plugs or caps on the open ends of abandoned pipe.
Item 5: MH-2 Rehabilitation
Shall be measured and paid on a lump sum (LS) basis, for all work on MH-2. The lump-sum bid shall include all labor, materials, equipment, and incidental items necessary to complete the work as shown on the plans and contract documents.
Item 6: Removal of Plug Valve and Pipe Point Repair
Shall be measured and paid on a lump sum (LS) basis, for the removal of 42” valve and the pipe point repair. The lump sum bid shall include all labor, materials and equipment and incidents necessary to complete the work as shown on the plans and contract documents.
ADDITIVE BID ITEM
Item 7: Heavy Cleaning
Shall be measured and paid on an EACH (EA) segment of pipe requiring heavy cleaning. Remove all obstructions in the sewer. All debris must be removed from the sewer, including any debris that may be washed up into any service connection. Heavy cleaning shall only be performed after light cleaning has been attempted and determined to be insufficient, and only upon written authorization from the OWNER.
Heavy cleaning to be verified through television inspection.
There is not a pre-bid conference scheduled for this project.
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 News, VA 23607
Email: pitchfordkm@nnva.gov
Phone: (757) 926-8042
1.
2.
(add/edit as necessary)
A site visit is scheduled related to this IFB on Tuesday, April 21, 2026, 11:00 am at:
Prebid/Site Visit - Lee Hall Water Treatment Plant, 437 Waterworks Way, Newport News, VA 23608
It is the responsibility of each Bidder before submitting a Bid:
When applicable, Bidder/Offeror shall sign and submit the Certification contained in the Questionnaire section of this solicitation.
As listed in the Newport News Construction Standards, on Pages 110-2 through 110-28.
As listed in the Newport News Construction Standards, on Pages 110-29 through 110-36.
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.
Contractor must have successfully completed a minimum of 3 projects similar in character and scope to the Work specified under this Contract, at an operating water or wastewater treatment plant, within the past 10 years.
Contractor must have previously coordinated construction activities with major plant processes, facilities, equipment, etc., that required plant shutdowns and individual process shutdowns.
When required by Federal Program legislation the following contract provision shall apply to a construction or repair contract.
***Include any special requirement pertaining to this project.***
When required by Federal Program legislation, the following contract provision apply to construction contracts that includes mechanics and laborers.
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.
When required by Federal Program legislation, the following contract provision apply to contracts in excess of $150,000.
Federal Water Pollution Control Act
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.
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.
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.
Prices shall remain firm during the entire term of the contract [or] project.
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.
Monthly Invoice shall be submitted in Projectmates. Basis in accordance with Contractor submitted and City Approved Schedule of Values.
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.
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.
Bidder shall provide a Financial Summary, upon request by the City.
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."
Please provide the following information for the main contact for all communication regarding this solicitation:
Name
Title
Phone Number
Email Address
Please provide the following information for the secondary contact for all communication regarding this solicitation:
Name
Title
Phone Number
Email Address
Please provide the payment address for your organization.
What are prior names of this Bidder, if any?
If your company is a Corporation, provide the following information:
If your company is a Unincorporated Organization, provide the following information:
If your company is a Partnership, provide the following information:
State approximate largest dollar volume of work performed by this Bidder in one year.
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/.
Please provide the payment terms for this project. If payment terms are not provided, then the terms shall be "Net 30 Days".
How many years has this Bidder been in business as a Contractor under its present business name?
How many years’ experience in this type of construction work has this Bidder had? Specify number of years as both a contractor and subcontractor.
Bidder has successfully completed a minimum of 3 projects similar in character and scope to the Work specified under this Contract, at an operating water or wastewater treatment plant, within the past 10 years.
Bidder has previously coordinated construction activities with major plant processes, facilities, equipment, etc., that required plant shutdowns and individual process shutdowns.
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:
Have you ever performed work for a municipal corporation, local governing body, or similar agency previously?
Has this Bidder ever failed to complete any work awarded to it?
If yes, give name of Owner, name of Bonding Company, and circumstances.
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."
[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.
Offeror hereby agrees to comply with all applicable Federal Terms and Conditions, if awarded a contract by the City.
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.
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.
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."
Has this Bidder ever had any judgements entered against it for the breach of contract for construction?
If yes, please provide details.
Give two (2) Banking Institution References.
Include the following for each:
List three (3) material suppliers and amount of credit available.
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.
List surety company and highest coverage.
Please provide the following information:
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.
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?
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.
Bidder has thoroughly reviewed and understood all attachments to this IFB.
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.
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:
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.
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."
Please upload a copy of the contractor's licenses held by your organization.
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?
What is your company’s certification type?
If applicable, please provide the Certification Entity/Agency and the Certification Number(s).
If applicable, attach any supporting documentation, including certificates, in regards to your company's SWaM status.
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.
In this section, please download and/or upload the appropriate documents to be included with the bid.
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.
Attach a list of construction equipment that the Bidder owns that is available for the proposed Work.
Attach a list of uncompleted Contracts at present held by this Bidder.
Be sure to include the following information for each uncompleted contract:
Does this Bidder plan to subcontract any part of this work?
If so, provide the following for each subcontractor:
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
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 ten 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.
Please upload a completed copy of the W-9 for your organization.
Attach a summary of your financial statement. (List assets and liabilities, use an insert sheet, if necessary).
Please submit any supporting documentation (i.e. descriptive literature, specifications, photographs, diagrams, etc.) that you would like to include with your bid.
What type of pre-bid meeting will be required for this project?
Will there be a site visit for this project?
Will there be an option for extensions for the contract term?
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.
Will the awarded vendor be required to submit insurance documentation after award?
Will Bidder be required to provide a financial summary?
Will Federal funding be used to fund this project?
Is this to be a CIP-Funded project?
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.