Similar Projects
Slauson and Wall Development
New Construction - 60,000 SF
Conception
$5,000,000 to $10,000,000 CJ est. value
Los Angeles, CA 90011

Paradise High School Football Field Modernization
Infrastructure
Conception
$11,600,000 est. value
Paradise, CA 95969

Angels Landing Mixed Use Master Plan
New Construction
Design
$2,000,000,000 est. value
Los Angeles, CA 90013

AC Hotel by Marriott
New Construction
Design
Sherman Oaks, CA 91403

Pittsburg High School New Softball Field
Infrastructure
Bidding
$3,000,000 CJ est. value
Pittsburg, CA 94565

Linnell - Brahma Park
Infrastructure
Bidding
$3,000,000 CJ est. value
Bakersfield, CA 93307

Ramona Playground & Room Alterations at Sanchez
Renovation
Post-Bid
Norwalk, CA 90650

Bakersfield College New Parking & Sports Fields + Levinson (28F794) Phase 1B Project
New Construction, Alteration
Post-Bid
Bakersfield, CA 93314

Mira Monte High School: Tennis Court Replacement, License A, B, or C12
Addition
Results
$520,000 est. value
Bakersfield, CA 93314

Central Park Buildout
Build-Out
Results
$9,000,000 est. value
Sacramento, Santa Clarita, CA 91350

Marriott
New Construction - 175,910 SF
Construction
$100,000,000 est. value
Oakland, CA 94612

Crossroads of the World
Demolition, New Construction, Infrastructure - 285,000 SF
Pending Verification
$1,000,000,000 CJ est. value
Los Angeles, CA 90028

Yucca Argyle Multi-Use Development
Demolition, New Construction, Infrastructure - 316,948 SF
Pending Verification
$180,000,000 CJ est. value
Los Angeles, CA 90028

Hampton Inn and Suite
New Construction
Conception
$1,000,000 est. value
San Ramon, CA 94583

Ocean Avenue Mixed Use Development
New Construction - 72,000 SF
Design
$20,000,000 est. value
Santa Monica, CA 90401

Last Updated 09/23/2022 07:46 AM
Project Title

YOSE 154910B Ahwahnee Hotel Seismic Upgrades

Physical Address View project details and contacts
City, State (County) Yosemite National Park, CA 95389   (Mariposa County)
Category(s) Commercial, Heavy and Highway
Sub-Category(s) Hotel/Motel, Park/Playground
Contracting Method Competitive Bids
Project Status Contract Award, Request for Qualifications, Construction start expected July 2022
Bids Due View project details and contacts
Estimated Value $31,606,415 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Aug 31, 2022 Contract Award Number: 140P2022C0069 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: VEK3HVCJ87H6 Contractor Awarded Name: PERINI MANAGEMENT SERVICES INC Contractor Awarded Address: Framingham, MA 01702-5803 USA Base and All Options Value (Total Contract Value): $31606415 YOSE 154910B Ahwahnee Hotel Seismic Upgrades a) This acquisition is being conducted via Full and Open Competition. The North American Industrial Classification System (NAICS) code and the associated small business size standard are noted in clause 52.204-8 in section "K" of this solicitation b) Estimated Price Range: More than $10,000,000. c)Refer to section "L" for information regarding a pre-proposal site visit. d) Information and requirements stated in sections "B" through "J" & attachments noted in section "J" apply to this solicitation and the subsequent contract. e) Refer to section "L" for proposal submittal requirements. f) This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time g) Offerors shall submit proposals and questions, and acknowledge solicitation amendments as stated in section "L" of this solicitation _ Legacy Doc #: NPS Period of Performance: 07/01/2022 to 06/05/2024 SOLICITATION NUMBER: 140P2022R0017 PARK - PMIS: YOSE 154910B PROJECT TITLE: Ahwahnee Hotel Seismic Upgrades Offerors are required to submit, at a minimum, an offer that conforms to the solicitation documents with pricing for Base line items and all option line items. Failure to do so may render the proposal unacceptable. On lump-sum line items, provide the total price only. If no specific line item exists for a portion of the work, include the costs in a related item. In case of error in calculation of extended prices, the unit price governs. In case of summation error, the total corrected amounts govern. Round totals & extended prices to whole dollars. Refer to section "H" of this solicitation for additional information regarding contract options The Offeror may submit any questions with regard to this report by email to NDAA1290Cert@state.gov. To the extent feasible, the Department of State will respond to such email inquiries within 3 business days. Pre-proposal questions shall be submitted a minimum of 7 days prior to the due date and time for proposals. DO NOT submit questions through FedConnect. Submit questions only though email to both of the following: Contracting Officer, Joelle Mascarenas, joelle_mascarenas@nps.gov Contract Specialist, Patrick Naulty, patrick_naulty@nps.gov C. OFFER DUE DATE AND LOCATION 1. To be considered for award, proposals must be received no later than the date and time noted in Block 13.a of the SF1442 contained in this solicitation. Offerors are responsible for confirming their proposals are received by the due date and time. The work of this contract is for the construction of Ahwahnee Hotel Seismic Upgrades Project Location: The project is located at Yosemite National Park, Mariposa County, California The Ahwahnee Hotel, a National Historic Landmark building, is an architectural crown jewel in the national park system. PMIS 154910 will execute the Ahwahnee Comprehensive Rehabilitation Plan (CRP), a phased, long-term program of comprehensive repair and upgrades to bring this year-round landmark hotel, guest cottages and employee dormitory into compliance with current codes, seismic safety standards, and accessibility requirements. This project includes Component B (seismic strengthening) and additional CRP items related to or impacted by the seismic work. Component B (SEISMIC STRENGTHENING) will provide structural seismic retrofits to comply with current seismic safety standards for existing federal buildings. Seismic scope includes the following: Brace Dining Room in N/S DirectionBrace Dining Room in E/W Direction Interconnect Dining Room Stone Columns Reinforce Hotel Stone Chimneys Brace Two-Story Tall Gypsum Block Walls in Great Lounge Install Shear Walls at South Wing Replace Deteriorated Floor Slab at Kitchen Brace Entry Walkway and Porte Cochere Anchor Exterior Granite Veneer Anchor Major Equipment Reinforce Cottage Chimneys Expand Snowmelt and Retention at Dining Room Roof Replace Large Glazing Panes in Dining Room Replace Large Glazing Panes in Solarium Other, non-seismic CRP items in the project scope include: Replace AHU and upgrade HVAC in Dining Room Replace the Maintenance Shed Insulate Attics Repair Fire Protection of Steel in Attics Solicitation Reconstruct Stamped Paving at Ground Floor Terraces Replace Waterproofing at Stone Piers and Chimneys Rehabilitate Historic Windows at Dining Room Rehabilitate Historic Windows at Ground Floor Public Spaces Rehabilitate Exterior Log Columns, Rafter Tails, Soffits, and Panels (a) Failure to furnish a proposal guarantee in the proper form and amount, by the time proposals are due, may be cause for rejection of the proposal. (b) The offeror shall furnish a proposal guarantee in the form of a firm commitment, e.g., proposal bond supported by good and sufficient surety or sureties acceptable to the Government, postal money order, certified check, cashier's check, irrevocable letter of credit, or, under Treasury Department regulations, certain bonds or notes of the United States. The Contracting Officer will return proposal guarantees, other than proposal bonds-- (1) To unsuccessful offerors as soon as practicable after the contract award; and (2) To the successful offeror upon execution of contractual documents and bonds (including any necessary coinsurance or reinsurance agreements), as required by the proposal as accepted. (c) The amount of the proposal guarantee shall be 20% percent of the total proposal price or $3,000,000 whichever is less. (d) If the successful offeror, upon acceptance of its proposal by the Government within the period specified for acceptance, fails to execute all contractual documents or furnish executed bond(s) within 10 days after receipt of the forms by the offeror, the Contracting Officer may terminate the contract for default. (e) In the event the contract is terminated for default, the offeror is liable for any cost of acquiring the work that exceeds the amount of its proposal, and the proposal guarantee is available to offset the difference. Pre-proposal questions shall be submitted by May 27 at 1500 PD . DO NOT submit questions through FedConnect. Submit questions only though email to both of the following: Contracting Officer, Joelle Mascarenas, joelle_mascarenas@nps.gov Contract Specialist, Patrick Naulty, patrick_naulty@nps.gov as per addendum 5.

Details

Hotel/Motel, Renovation, Park/Playground, Renovation.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Structural Concrete, Precast Concrete Slabs.
Division 04 - Masonry, Unit Masonry, Concrete Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Millwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Weather Barriers.
Division 08 - Openings, Doors and Frames, Entrances and Storefronts, Windows, Mirrors.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Flooring, Resilient Flooring, Carpeting, Wall Coverings, Acoustic Treatment, Painting.
Division 10 - Specialties, Signage, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Flagpoles.
Division 11 - Equipment, Commercial Laundry and Dry Cleaning Equipment, Maintenance Equipment, Ice Machines, Cleaning and Disposal Equipment, Play Field Equipment and Structures, Playground Equipment, Play Structures.
Division 12 - Furnishings, Window Blinds, Curtains and Drapes, Casework, Furnishings and Accessories, Hospitality Furniture.
Division 21 - Fire Suppression, Water-Based Fire-Suppression Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Plumbing Equipment, Commercial Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution, Central Heating Equipment, Central Cooling Equipment.
Division 26 - Electrical, Medium-Voltage Electrical Distribution, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Voice Communications, Call Management.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Site Clearing, Selective Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Athletic and Recreational Surfacing, Site Improvements, Fences and Gates, Planting Irrigation, Planting.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents