08/23/16 - washington, d.c.app.ocp.dc.gov/award_attachments/cw46228-base... · repairs/...

20
08/23/16

Upload: others

Post on 09-Oct-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 08/23/16 - Washington, D.C.app.ocp.dc.gov/Award_attachments/CW46228-Base... · repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement

08/23/16

Page 2: 08/23/16 - Washington, D.C.app.ocp.dc.gov/Award_attachments/CW46228-Base... · repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement

2

SECTION B: CONTRACT TYPE, SUPPLIES OR SERVICES AND PRICE/COST B.1 The Office of Contracting and Procurement (OCP) on behalf of the District of Columbia Office of

the Attorney General (OAG), is awarding Katco Associates, Inc. (the”Contractor”), to perform minor renovations (minor drywall

repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement of damaged ceiling titles, cubicle repairs, deep carpet cleaning, and furniture handling before and after the work) on various floors of One Judiciary Square (OJS) located at 441 4th Street NW, Washington, D.C. 20001. All renovations must be completed no later than September 30, 2016.

B.2 The District awarded a firm fixed price contract. B.3 PRICE SCHEDULE – FIRM FIXED PRICE

Contract Line Item

No. (CLIN)

Description

Firm Fixed Price Amount

0001 Renovations (labor, materials, supplies and professional services) $196,988.64*

TOTAL $196,988.64

*See revised proposal from contractor dated August 17, 2016 (Section I.10(6))

Page 3: 08/23/16 - Washington, D.C.app.ocp.dc.gov/Award_attachments/CW46228-Base... · repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement

3

SECTION C: SPECIFICATIONS/WORK STATEMENT C.1 SCOPE

The Office of Contracting and Procurement (OCP) on behalf of the District of Columbia Office of the Attorney General (OAG), sought a contractor to perform minor renovations (minor drywall repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement of damaged ceiling tiles, cubicle repairs, deep carpet cleaning, and furniture handling before and after the work) on various floors of One Judiciary Square (OJS) located at 441 4th Street NW, Washington, D.C. 20001. All renovations must be completed no later than September 30, 2016.

C.2 APPLICABLE DOCUMENTS N/A

C.3 DEFINITIONS

N/A 1.

C.4 BACKGROUND

OAG is seeking a contractor to perform minor renovations on various floors of OJS, due to heavy traffic and prolonged usage, in many spaces, the carpets are deteriorated, work station cubicle walls are damaged, and painting is dilapidated. For efficient operation and to improve the quality of work spaces, it is essential to carry out minor modernization work on selected floors. The prospective contractor shall be responsible for all labor, material, supplies, and professional services required to complete the project with satisfaction to the District.

C.5 REQUIREMENTS

1. The contractor shall successfully renovate the following areas: 6th floor, Suites: 600S, 630S, 650N and 680N; 10th floor, Suites 1060N and 1010S; 11th floor, Headquarters and Suites 1130N, 1140N, 1150N and 1145S at One Judiciary Square, 441 4th Street NW, Washington, DC 20001. Since the work will be performed in selected areas on various floors, no drawings will be provided, therefore, it is mandatory for all prospective vendors to participate in the pre-bid walk-through process and take necessary notes and measurements on their own. No bids will be entertained/ accepted from any vendor who does not attend in the pre-bid walk-through.

2. Services shall be provided to the following specifications:

A. 6th floor, Suites: 600S, 630S, 650N and 680 N

1. Removal of carpet cove base in the specified office of Suite 650, as identified on the attached floor plan;

2. Provision and Installation of pre-approved new broadloom carpet and cove base in Suites 650, as identified on the attached floor plan;

3. Deep clean carpets in all common areas; and

Page 4: 08/23/16 - Washington, D.C.app.ocp.dc.gov/Award_attachments/CW46228-Base... · repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement

4

4. Provide all necessary patching and painting work in common areas walls and knee walls of the cubicles and specified office of Suite 650, as identified on the attached floor plan.

B. 10th floor, Suites: 1060N and 1010S

1. Removal of carpet in selected areas, as identified on the attached floor plans, and replace with pre-approved broadloom carpet;

2. Deep clean carpet in all other common areas; 3. Repair various knee walls of the cubicles and and adjust/replace damaged metal reveals; 4. Install metal wall panels around papering desks in Suite 1060N and on one identified

wall of a specific office in Suite 1010S; and 5. Provide all necessary patching and painting work in common area walls and knee walls

of the cubicles, as identified on the attached floor plan.

C. 11th floor, Headquarters

1. Removal of carpet and cove base in the open area of the OAG Headquarters office on 11th floor South to North, Suite 1180;

2. Provision and Installation of pre-approved new broadloom carpet and cove base; and 3. Provide all necessary patching and painting work in common area walls and knee walls

of the cubicles.

D. 11th floor, Suites: 1130N, 1140N, 1150N and 1145S

1. Removal of carpet and cove base in the open common area and specified offices of Suite 1130, and open common area as well as the manager's office of Suite 1140;

2. Provision and Installation of pre-approved new broadloom carpet and cove base in Suites 1130 and 1140, as identified on the attached floor plan;

3. Replace damaged ceiling tiles matching with the existing tiles in Suites 1130 and 1140; 4. Paint all common areas and offices in Suite 1130; 5. Provide all necessary patching and painting work in common area walls and knee walls

of the cubicles in Suites 1140 and 1150; and 6. Deep clean carpets in Suite 1100 reception area, all common areas of Suite 1145 and all

common areas and offices in Suite 1130.

3. The contractor shall provide linear square foot pricing for all painting.

4. The contractor will be required to rearrange any furniture and office boxes necessary to complete all tasks.

5. The contractor is required to keep the spaces clean after work on an everyday basis, so that occupants are not disturbed.

Carpet Requirements

1. Contractor shall include the square footage listed herein, as part of base bid for removal of existing carpet and installation of new carpet for each suite;

Page 5: 08/23/16 - Washington, D.C.app.ocp.dc.gov/Award_attachments/CW46228-Base... · repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement

5

2. The Contractor shall field verify square footage (yardage) required for carpet before placing order;

3. Contractor shall include as part of base bid an amount of $20 per yard for carpet product; 4. Contractor shall include labor and related materials for installation of new carpet; 5. Contractor shall credit client if square feet is less than amount listed herein by 3%; and 6. Contractor shall provide unit cost (s.f./yard) to remove existing carpet and install new carpet

when carpet exceeds amounts listed herein.

6th & 10th Floor Carpet Specs: Manufacturer: JJ Flooring Group Style: Prism 26oz (style 2014) Color: 1494 chromatic Face yarn: J&J Encore BCF Nylon Size: 12 feet (3.66m) Backing: PremierBac Plus

11th Floor Carpet Specs:

Manufacturer: JJ Flooring Group Style: Mesh Broadloam 28oz Color: 439 wood cut Face yarn: Encore “SD Ultima” Size: 12 feet (3.66m) Backing: PremierBac Plu

Suite 650 North 350 sf J&J Industries Prism 26oz 1494 Chromatic Suite 1060 North 675 sf J&J Industries Prism 26oz 1494 Chromatic Suite 1130 North 2,950 sf J&J Industries Mesh 28oz - 439 Woodcut Suite 1140 North 850 sf J&J Industries Mesh 28oz - 439 Woodcut Suite 1180 South 3,190 sf J&J Industries Mesh 28oz- 439 Woodcut Sub Total 8,015 sf Contingency 300 sf 150 sf each type

TOTAL 8,315 SF Metal Wall panels Requirements

1. Contractor shall provide material and labor to install new metal wall panels on four (4) workstations located on the 10th floor Public Safety Division (see attached plan A-1for locations);

2. The wall panels shall be installed on the outside wall/corridor side of the workstation (two sides shall be included. The wall heights range from 36”-42”. The wall panel shall be located above the vinyl base and below the wood cap/counter;

3. The contractor shall field verify existing conditions; and 4. Contractor to provide line item cost for Options 1 & 2 as listed herein.

Option 2 Wall Panels – 22GA T304 Textured Metal (Stainless Steel)-Engine Turn #R8150000M7 with corner panels as manufactured by McNichols Co. Contact info: 800.237.9212 or [email protected]

Page 6: 08/23/16 - Washington, D.C.app.ocp.dc.gov/Award_attachments/CW46228-Base... · repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement

6

C.6 CONTRACTOR RESPONSIBILITIES

1. All work shall be performed during the close of business and over the weekends. The contractor shall inform the Building Manager at least 24 hours ahead of the performing time for access to the building and at the site. Therefore, all vendors are required to consider this limitation before quoting their price.

2. The contractor will be responsible for securing all necessary permits from the DC Department of Regulatory Affairs (DCRA).

3. The contractor must designate his project manager and superintendent of the project work with their e-mails and cell phone numbers before initiation of the project work.

4. The designated project manager and or site superintendent must be present at the site during the project performance period. No access to the space and or building can be given to anyone in the absence of the project manager and or site superintendent.

5. The contractor shall furnish all new products only. The District will not accept any re-manufactured, refurbished, or used items.

6. Any item delivered or installed by the Contractor, which is damaged or not acceptable to the District will be returned, at the contractor’s expense, for replacement.

7. Before installation of carpet and application of paint, the successful contractor must get pre-approval from the Contractor Administrator. Any product installed by the contractor without pre-approval will be summarily rejected and must be replaced from contractor’s own resources.

8. The contractor shall take all necessary precautions to avoid damage to all existing and completed construction in place and provide miscellaneous temporary protection of existing conditions during construction as required.

9. The contractor must protect the floor, covering the space where the contractor’s employees will be frequenting including the corridors for the restrooms and elevator lobbies.

10. The contractor shall leave the workplace in a clean and presentable condition ready for use by the employees during the normal tour of business.

11. Secure appropriate performance bond. C.7 CONTRACTOR QUALIFICATIONS

1. The spaces where work will be performed contain highly-sensitive information and the

contractor must get pre-approval from the Building Manager for prospective employees’ access. In order to get pre-approved, the contractor shall provide the name, address and social security numbers of all contractors’ prospective employees’ at least 48 hours ahead of the intended work.

Page 7: 08/23/16 - Washington, D.C.app.ocp.dc.gov/Award_attachments/CW46228-Base... · repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement

7

2. The contractor’s project manager and superintendent must undergo a police verification as part of the space access requirements after hours and weekends. The successful contractor is required to contact the Building Manager for required paperwork and approval process.

Page 8: 08/23/16 - Washington, D.C.app.ocp.dc.gov/Award_attachments/CW46228-Base... · repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement

8

SECTION D: PACKAGING AND MARKING D.1 The packaging and marking requirements for this contract shall be governed by clause number (2),

Shipping Instructions-Consignment, of the Government of the District of Columbia's Standard Contract Provisions for use with Supplies and Services Contracts, dated July 2010. (Attachment J.1)

Page 9: 08/23/16 - Washington, D.C.app.ocp.dc.gov/Award_attachments/CW46228-Base... · repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement

9

SECTION E: INSPECTION AND ACCEPTANCE E.1 The inspection and acceptance requirements for this contract shall be governed by clause five (5),

Inspection of Supplies AND number six (6), Inspection of Services of the Government of the District of Columbia's Standard Contract Provisions for use with Supplies and Services Contracts, dated July 2010. (Attachment J.1)

Page 10: 08/23/16 - Washington, D.C.app.ocp.dc.gov/Award_attachments/CW46228-Base... · repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement

10

SECTION F: PERIOD OF PERFORMANCE AND DELIVERABLES

F.1 TERM OF CONTRACT

The term of the contract shall be from the date of award specified on the cover page of this contract through September 30, 2016.

F.2 OPTION TO EXTEND THE TERM OF THE CONTRACT

Not Applicable.

F.3 DELIVERABLES The Contractor shall perform the activities required to successfully complete the District’s

requirements and submit each deliverable to the Contract Administrator (CA) identified in section G.9 in accordance with the following:

Item Deliverable Quantity Format and Method of Delivery

Due Date To Whom

1 Weekly Status Report 1 E-mail Weekly CA

2

Project Timeline/Schedule REVISED (Attachment J.3)

1 Electronic

Soft/Hard Copy Within two (2)

business days of contract award

CC

F.3.1 The Contractor shall submit to the District, as a deliverable, the report described in section H.5.5 that is required by the 51% District Residents New Hires Requirements and First Source Employment Agreement. If the Contractor does not submit the report as part of the deliverables, final payment to the Contractor shall not be paid pursuant to section G.3.2.

Page 11: 08/23/16 - Washington, D.C.app.ocp.dc.gov/Award_attachments/CW46228-Base... · repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement

11

SECTION G: CONTRACT ADMINISTRATION

G.1 RESERVED G.2 INVOICE SUBMITTAL G.2.1 The Contractor shall submit proper invoices on a monthly basis or as otherwise specified in Section

G.4. Invoices shall be prepared in duplicate and submitted to the agency designee below with concurrent copies to the CA specified in Section G.9 below. The address of the designee is:

Sherry Roberts, Chief, Operations Section Fleet Certifying Officer Office of the Attorney General for the District of Columbia 441-4th Street, NW, Suite 1C010A Washington, DC 20001 202-72-4083

G.2.2 To constitute a proper invoice, the Contractor shall submit the following information on the

invoice:

G.2.2.1 Contractor’s name, federal tax ID and invoice date (date invoices as of the date of mailing or transmittal);

G.2.2.2 Contract number and invoice number;

G.2.2.3 Description, price, quantity and the date(s) that the supplies or services were delivered or

performed; G.2.2.4 Other supporting documentation or information, as required by the Contracting Officer; G.2.2.5 Name, title, telephone number and complete mailing address of the responsible official to

whom payment is to be sent; G.2.2.6 Name, title, phone number of person preparing the invoice;

G.2.2.7 Name, title, phone number and mailing address of person (if different from the person

identified in G.2.2.6 above) to be notified in the event of a defective invoice; and G.2.2.8 Authorized signature.

G.3 FIRST SOURCE AGREEMENT REQUEST FOR FINAL PAYMENT

G.3.1 For contracts subject to the 51% District Residents New Hires Requirements and First Source

Employment Agreement requirements, final request for payment must be accompanied by the report or a waiver of compliance discussed in section H.5.5.

Page 12: 08/23/16 - Washington, D.C.app.ocp.dc.gov/Award_attachments/CW46228-Base... · repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement

12

G.3.2 No final payment shall be made to the Contractor until the agency CFO has received the Contracting Officer’s final determination or approval of waiver of the Contractor’s compliance with 51% District Residents New Hires Requirements and First Source Employment Agreement requirements.

G.4 PAYMENT

Unless otherwise specified in the contract, payment will be made on partial deliveries of services accepted by the District based upon sections B.3 (Price Schedule) and J.4 (Project Schedule/Timeline) if: a) The amount due on the deliverable warrants it; or b) The Contractor requests it and the amount due on the deliverable is in accordance with the

following: • Payment will be made on completion an acceptance of each item (Section J.4) for which the

price is stated in the schedule in Sections B.3 and J.4. c) Presentation of a properly executed invoice

G.5 RESERVED

G.6 RESERVED G.7 CONTRACTING OFFICER (CO)

Contracts will be entered into and signed on behalf of the District only by contracting officers. The contact information for the Contracting Officer is:

Todd Allen Contracting Officer Office of Contracting and Procurement 441 4th Street, NW, Suite 700 South Washington, DC 20001 Office: (202) 724-3969 Email: [email protected]

G.8 RESERVED

G.9 G.9 CONTRACT ADMINSTRATOR (CA)

G.9.1 The CA is responsible for general administration of the contract and advising the CO as to the Contractor’s compliance or noncompliance with the contract. The CA has the responsibility of ensuring the work conforms to the requirements of the contract and such other responsibilities and authorities as may be specified in the contract. These include:

G.9.1.1 Keeping the CO fully informed of any technical or contractual difficulties encountered during the performance period and advising the CO of any potential problem areas under the contract;

G.9.1.2Coordinating site entry for Contractor personnel, if applicable;

Page 13: 08/23/16 - Washington, D.C.app.ocp.dc.gov/Award_attachments/CW46228-Base... · repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement

13

G.9.1.3Reviewing invoices for completed work and recommending approval by the CO if the Contractor’s costs are consistent with the negotiated amounts and progress is satisfactory and commensurate with the rate of expenditure;

G.9.1.4Reviewing and approving invoices for deliverables to ensure receipt of goods and services. This includes the timely processing of invoices and vouchers in accordance with the District’s payment provisions; and

G.9.1.5Maintaining a file that includes all contract correspondence, modifications, records of inspections (site, data, equipment) and invoice or vouchers.

G.9.2 The address and telephone number of the CA is:

Hares Sayed Sr. Project Manager DC Department of General Services 2000 14th Street, NW, 8th Floor Washington, DC 20009 Tel: 202-442-4991

G.9.3 The CA shall NOT have the authority to:

1. Award, agree to, or sign any contract, delivery order or task order. Only the CO shall make

contractual agreements, commitments or modifications; 2. Grant deviations from or waive any of the terms and conditions of the contract; 3. Increase the dollar limit of the contract or authorize work beyond the dollar limit of the

contract, 4. Authorize the expenditure of funds by the Contractor; 5. Change the period of performance; or 6. Authorize the use of District property, except as specified under the contract.

G.9.4 The Contractor will be fully responsible for any changes not authorized in advance, in writing, by

the CO; may be denied compensation or other relief for any additional work performed that is not so authorized; and may also be required, at no additional cost to the District, to take all corrective action necessitated by reason of the unauthorized changes.

G.10 RESERVED

Page 14: 08/23/16 - Washington, D.C.app.ocp.dc.gov/Award_attachments/CW46228-Base... · repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement

14

SECTION H: SPECIAL CONTRACT REQUIREMENTS H.1 HIRING OF DISTRICT RESIDENTS AS APPRENTICES AND TRAINEES H.1.1 For all new employment resulting from this contract or subcontracts hereto, as defined in Mayor’s

Order 83-265 and implementing instructions, the Contractor shall use its best efforts to comply with the following basic goal and objectives for utilization of bona fide residents of the District of Columbia in each project’s labor force:

H.1.1.1 At least fifty-one (51) percent of apprentices and trainees employed shall be residents of the

District of Columbia registered in programs approved by the District of Columbia Apprenticeship Council.

H.1.2 The Contractor shall negotiate an Employment Agreement with the Department of Employment Services (“DOES”) for jobs created as a result of this contract. The DOES shall be the Contractor’s first source of referral for qualified apprentices and trainees in the implementation of employment goals contained in this clause.

H.2 DEPARTMENT OF LABOR WAGE DETERMINATIONS

The Contractor shall be bound by the Wage Determination No. 2015-4281, dated December 29, 2015, issued by the U.S. Department of Labor in accordance with the Service Contract Act, 41 U.S.C. §351 et seq., and incorporated herein as Section J.2. The Contractor shall be bound by the wage rates for the term of the contract subject to revision as stated herein and in accordance with Section 24 of the SCP. If an option is exercised, the Contractor shall be bound by the applicable wage rates at the time of the option. If the option is exercised and the CO obtains a revised wage determination, the revised wage determination is applicable for the option periods and the Contractor may be entitled to an equitable adjustment.

H.3 RESERVED

H.4 RESERVED H.5 RESERVED H.6 RESERVED

H.7 RESERVED

H.8 RESERVED

H.9 RESERVED H.10 DISTRICT RESPONSIBILITIES

Where applicable, the District has indicated in Section C (Requirements) what work or portion of work the District is responsible for and will perform and what materials will be provided by the District.

H.11 RESERVED

Page 15: 08/23/16 - Washington, D.C.app.ocp.dc.gov/Award_attachments/CW46228-Base... · repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement

15

SECTION I: CONTRACT CLAUSES

I.1 APPLICABILITY OF STANDARD CONTRACT PROVISIONS

The Standard Contract Provisions for use with District of Columbia Government Supplies and Services Contracts dated July 2010 (“SCP”) are incorporated as part of the contract. To obtain a copy of the SCP go to www.ocp.dc.gov, click on OCP Policies under the heading “Information”, then click on “Standard Contract Provisions – Supplies and Services Contracts”.

I.2 RESERVED I.3 RESERVED

I.4 RESERVED I.5 RESERVED I.6 RESERVED I.7 RESERVED I.8 INSURANCE

A. GENERAL REQUIREMENTS. The Contractor shall procure and maintain, during the entire

period of performance under this contract, the types of insurance specified below. The Contractor shall have its insurance broker or insurance company submit a Certificate of Insurance to the CO giving evidence of the required coverage prior to commencing performance under this contract. In no event shall any work be performed until the required Certificates of Insurance signed by an authorized representative of the insurer(s) have been provided to, and accepted by, the CO. All insurance shall be written with financially responsible companies authorized to do business in the District of Columbia or in the jurisdiction where the work is to be performed and have an A.M. Best Company rating of A-VIII or higher. The Contractor shall require all of its subcontractors to carry the same insurance required herein. The Contractor shall ensure that all policies provide that the CO shall be given thirty (30) days prior written notice in the event the stated limit in the declarations page of the policy is reduced via endorsement or the policy is canceled prior to the expiration date shown on the certificate. The Contractor shall provide the CO with ten (10) days prior written notice in the event of non-payment of premium.

1. Commercial General Liability Insurance. The Contractor shall provide

evidence satisfactory to the CO with respect to the services performed that it carries $1,000,000 per occurrence limits; $2,000,000 aggregate; Bodily Injury and Property Damage including, but not limited to: premises-operations; broad form property damage; Products and Completed Operations; Personal and Advertising Injury; contractual liability and independent contractors. The policy coverage shall include the District of Columbia as an additional insured, shall be primary and non-contributory with any other insurance maintained by the District of Columbia, and shall contain a

Page 16: 08/23/16 - Washington, D.C.app.ocp.dc.gov/Award_attachments/CW46228-Base... · repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement

16

waiver of subrogation. The Contractor shall maintain Completed Operations coverage for five (5) years following final acceptance of the work performed under this contract.

2. Automobile Liability Insurance. The Contractor shall provide automobile liability

insurance to cover all owned, hired or non-owned motor vehicles used in conjunction with the performance of this contract. The policy shall provide a $1,000,000 per occurrence combined single limit for bodily injury and property damage.

3. Workers’ Compensation Insurance. The Contractor shall provide Workers’

Compensation insurance in accordance with the statutory mandates of the District of Columbia or the jurisdiction in which the contract is performed.

4. Employer’s Liability Insurance. The Contractor shall provide employer’s liability insurance as follows: $500,000 per accident for injury; $500,000 per employee for disease; and $500,000 for policy disease limit.

5. Professional Liability Insurance (Errors & Omissions). The Contractor shall provide

Professional Liability Insurance (Errors and Omissions) to cover liability resulting from any error or omission in the performance of professional services under this Contract. The policy shall provide limits of $1,000,000 per occurrence for each wrongful act and $1,000,000 annual aggregate.

B. DURATION. The Contractor shall carry all required insurance until all contract work is accepted

by the District, and shall carry the required General Liability; any required Professional Liability; and any required Employment Practices Liability insurance for five (5) years following final acceptance of the work performed under this contract.

C. LIABILITY. These are the required minimum insurance requirements established by the District

of Columbia. HOWEVER, THE REQUIRED MINIMUM INSURANCE REQUIREMENTS PROVIDED ABOVE WILL NOT IN ANY WAY LIMIT THE CONTRACTOR’S LIABILITY UNDER THIS CONTRACT.

D. CONTRACTOR’S PROPERTY. Contractor and subcontractors are solely responsible for any loss

or damage to their personal property, including but not limited to tools and equipment, scaffolding and temporary structures, rented machinery, or owned and leased equipment. A waiver of subrogation shall apply in favor of the District of Columbia.

E. MEASURE OF PAYMENT. The District shall not make any separate measure or payment for the

cost of insurance and bonds. The Contractor shall include all of the costs of insurance and bonds in the contract price.

F. NOTIFICATION. The Contractor shall immediately provide the CO with written notice in the

event that its insurance coverage has or will be substantially changed, canceled or not renewed, and provide an updated certificate of insurance to the CO.

Page 17: 08/23/16 - Washington, D.C.app.ocp.dc.gov/Award_attachments/CW46228-Base... · repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement

17

G. CERTIFICATES OF INSURANCE. The Contractor shall submit certificates of insurance giving evidence of the required coverage as specified in this section prior to commencing work. The certificate shall include the District of Columbia as an additional insured. Evidence of insurance shall be submitted to:

Todd Allen 441 4th Street, NW, Ste. 700S, Washington, DC 20001 202-724-3969 [email protected]

H. DISCLOSURE OF INFORMATION. The Contractor agrees that the District may disclose the name and contact information of its insurers to any third party which presents a claim against the District for any damages or claims resulting from or arising out of work performed by the Contractor, its agents, employees, servants or subcontractors in the performance of this contract.

I.9 RESERVED I.10 ORDER OF PRECEDENCE

A conflict in language shall be resolved by giving precedence to the document in the highest order of priority that contains language addressing the issue in question. The following documents are incorporated into the contract by reference and made a part of the contract in the following order of precedence: (1) An applicable Court Order, if any (2) Contract document (3) Standard Contract Provisions (4) Contract attachments other than the Standard Contract Provisions (5) RFP, as amended (6) Offerors Bid dated August 17, 2016

I.11 RESERVED I.12 COST AND PRICING DATA

Article 25, Cost and Pricing Data, of the Standard Contract Provisions dated July 2010 for use with District of Columbia Government Supplies and Services Contracts is no longer applicable.

Page 18: 08/23/16 - Washington, D.C.app.ocp.dc.gov/Award_attachments/CW46228-Base... · repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement

18

SECTION J: ATTACHMENTS The following list of attachments is incorporated into the solicitation by reference.

Attachment Number Document

J.1 Government of the District of Columbia Standard Contract Provisions for

Use with the Supplies and Services Contracts (July 2010) available at www.ocp.dc.gov click on “Solicitation Attachments”

J.2 U.S. Department of Labor Wage Determination No.2015-4281, dated April 08, 2016

J.3 Project Timeline/Schedule

Page 19: 08/23/16 - Washington, D.C.app.ocp.dc.gov/Award_attachments/CW46228-Base... · repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement

19

Attachment J.3 – Pproject Timeline/Schedule

Page 20: 08/23/16 - Washington, D.C.app.ocp.dc.gov/Award_attachments/CW46228-Base... · repairs/ “patching”, painting, carpet and cove base removal and installation, VCTs, replacement

ID Task Name Duration Start Finish Predecessors

0 Renovation of OAG Office Suites (Levels 6, 10 and 11) 44 days Fri 8/12/16 Sun 9/25/161 Administrative Phase 40 days Fri 8/12/16 Wed 9/21/162 Project Begins 1 day Fri 8/12/16 Fri 8/12/163 Kick Off Meeting 5 days Fri 8/19/16 Tue 8/23/16 10,44 Katco Submits Paint Sample to OCP - OCP Approves Sample 1 day Sun 8/14/16 Sun 8/14/16 55 OCP Issues Notice to Proceed/Award Letter/Purchase Order 1 day Sat 8/13/16 Sat 8/13/16 26 Carpet Submittals and Samples Are Submitted to OCP for Approval 1 day Wed 8/24/16 Wed 8/24/16 5,37 Carpet is Released for Fabrication 2 days Thu 8/25/16 Fri 8/26/16 68 Carpet Delivered to Site 21 days Sat 8/27/16 Sat 9/17/16 79 Katco Signs & Ratify Contract with Subcontractors 4 days Sun 9/18/16 Wed 9/21/16 2,8

10 Katco Submits List of Employees for OCP Security Clearance 5 days Sun 8/14/16 Thu 8/18/16 511 OCP Reviews Katco's Employee List 7 days Fri 8/19/16 Thu 8/25/16 1012 OCP Approves Katco's Employee List and Provides Escorts 1 day Fri 8/26/16 Fri 8/26/16 1113 Construction Build-Out Phase 30 days Fri 8/26/16 Sun 9/25/1614 OAG Suites Renovation of 6th Floor Suites (600S, 630S, 650N, and 680N) 29 days Sat 8/27/16 Sun 9/25/1615 Protect Existing Carpet and Mask Walls 1 day Sun 8/28/16 Sun 8/28/16 12FS+1 day16 Point Up, Patch, Sand, and Finish Wall Repairs 2 days Sun 8/28/16 Mon 8/29/16 15SS17 Paint Walls 3 days Tue 8/30/16 Thu 9/1/16 1618 Install Metal Wall Panel 1 day Wed 8/31/16 Wed 8/31/16 12FS+4 day19 Remove Masking Tape and Protection 1 day Thu 9/1/16 Thu 9/1/16 1820 Demolish Existing Carpet and Install New 1 day Sat 8/27/16 Sat 8/27/16 1221 Shampoo Existing Carpet and Install Carpet Sealer 1 day Sun 8/28/16 Sun 8/28/16 2022 Demolish and Install New Carpet 2 days Sun 9/18/16 Mon 9/19/16 823 Renovation Substantially Completed 1 day Tue 9/20/16 Tue 9/20/16 22,17,21,5124 Begin Katco Internal Punch List 1 day Wed 9/21/16 Wed 9/21/16 2325 Address All Outstanding Katco Punch list Issues 1 day Thu 9/22/16 Thu 9/22/16 2426 Conduct Punch List Walk Through with OCP Staff 1 day Fri 9/23/16 Fri 9/23/16 2527 Address Any OCP Staff Punch list Issues/Concerns 1 day Sat 9/24/16 Sat 9/24/16 2628 Project Completed 1 day Sun 9/25/16 Sun 9/25/16 2729 OAG Suites Renovation of 10th Floor Suites (1060N and 1010S) 30 days Fri 8/26/16 Sun 9/25/1630 Protect Existing Carpet and Mask Walls 1 day Sun 8/28/16 Sun 8/28/16 12FS+1 day31 Point Up, Patch, Sand, and Finish Wall Repairs 2 days Fri 8/26/16 Sat 8/27/16 1132 Install Metal Wall Panels 1 day Fri 8/26/16 Fri 8/26/16 1133 Paint Walls 3 days Tue 8/30/16 Thu 9/1/16 3134 Remove Masking Tape and Protection 1 day Fri 9/2/16 Fri 9/2/16 3335 Demolish Existing Carpet and Install New 1 day Sat 8/27/16 Sat 8/27/16 1236 Shampoo Existing Carpet and Install Carpet Sealer 1 day Sun 8/28/16 Sun 8/28/16 3537 Demolish and Install New Carpet 2 days Sun 9/18/16 Mon 9/19/16 8,3638 Renovation Substantially Completed 1 day Tue 9/20/16 Tue 9/20/16 32,33,35,3639 Begin Katco Internal Punch List 1 day Wed 9/21/16 Wed 9/21/16 3840 Address All Outstanding Katco Punch list Issues 1 day Thu 9/22/16 Thu 9/22/16 3941 Conduct Punch List Walk Through with OCP Staff 1 day Fri 9/23/16 Fri 9/23/16 4042 Address Any OCP Staff Punch list Issues/Concerns 1 day Sat 9/24/16 Sat 9/24/16 4143 Project Completed 1 day Sun 9/25/16 Sun 9/25/16 4244 OAG Suites Renovation of 10th Floor Suites (1130N, 1140N, 1145S, 1150N) 29 days Sat 8/27/16 Sun 9/25/1645 Protect Existing Carpet and Mask Walls 1 day Sun 8/28/16 Sun 8/28/16 12FS+1 day46 Point Up, Patch, Sand, and Finish Wall Repairs 2 days Sun 8/28/16 Mon 8/29/16 45SS47 Paint Walls 3 days Tue 8/30/16 Thu 9/1/16 4648 Remove Masking Tape and Protection 1 day Fri 9/2/16 Fri 9/2/16 4749 Demolish Existing Carpet and Install New 1 day Sat 8/27/16 Sat 8/27/16 1250 Shampoo Existing Carpet and Install Carpet Sealer 1 day Sun 8/28/16 Sun 8/28/16 4951 Demolish and Install New Carpet 2 days Sun 9/18/16 Mon 9/19/16 8,47,4852 Renovation Substantially Completed 1 day Tue 9/20/16 Tue 9/20/16 5153 Begin Katco Internal Punch List 1 day Wed 9/21/16 Wed 9/21/16 5254 Address All Outstanding Katco Punch list Issues 1 day Thu 9/22/16 Thu 9/22/16 5355 Conduct Punch List Walk Through with OCP Staff 1 day Fri 9/23/16 Fri 9/23/16 5456 Address Any OCP Staff Punch list Issues/Concerns 1 day Sat 9/24/16 Sat 9/24/16 5557 Project Completed 1 day Sun 9/25/16 Sun 9/25/16 56

T S W S T M F T S W S T MAug 15, '16 Aug 29, '16 Sep 12, '16

B

TaskSplitMilestoneSummary

Project SummaryExternal TasksExternal MilestoneInactive Task

Inactive MilestoneInactive SummaryManual TaskDuration-only

Manual Summary RollupManual SummaryStart-onlyFinish-only

LateCriticalCritical SplitBaseline

ProgressDeadline

Page 1

Project: OAG Renovation Project (Katco Associates Inc.)Client: Office of Contracting and ProcurementDate: Mon 8/5/16