HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor, 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) VACATION (Hawaii): 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 10 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HEALTH & WELFARE (Hawaii): $2.42 per hour, up to 40 hours per week, or $96.80 per week, or $419.47 per month for all employees on whose behalf the contractor provides health care benefits pursuant to the Hawaii prepaid Health Care Act. For those employees who are not receiving health care benefits mandated by the Hawaii prepaid Health Care Act, the new health and welfare benefit rate will be $5.55 per hour, up to 40 hours per week. HEALTH & WELFARE (Hawaii EO 13706): $1.96 per hour, up to 40 hours per week, or $78. 40 per week, or $339.73 per month for all employees on whose behalf the contractor provides health care benefits pursuant to the Hawaii prepaid Health Care Act. For those employees who are not receiving health care benefits mandated by the Hawaii prepaid Health Care Act, the new health and welfare benefit rate will be $5.09 per hour, up to 40 hours per week. * *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of """"wash and wear"""" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the """"Service Contract Act Directory of Occupations"""", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be retroactive to the commencement date of the contract (See 29 CFR 4.6(b)(2)(iv)(C)(vi)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, U.S. Department of Labor, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the """"Service Contract Act Directory of Occupations"""" (the Directory) should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.
Voluntary Home Buyout - Demolition of Residential Structures HS012
Federal opportunity from City of Panama City. Place of performance: FL. Response deadline: Jun 03, 2026.
Support routes that fit this solicitation
Market snapshot
Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches for this notice.↓
Point of Contact
Agency & Office
Description
Bid Postings • Voluntary Home Buyout - Demolition of Residen Skip to Main Content Create a Website Account - Manage notification subscriptions, save form progress and more. Website Sign In Government Departments Services Community How Do I... Search Online Utility Service Activation Agenda Center Bid Requests Community Redevelopment Agency Current Projects Document Archives e-Forms Employee Portal Job Openings Live Stream Report a Concern Staff Directory Home Bid Postings Print Sign up to receive a text message or email when new bids are added! Print Bid Number: PC26-035 Bid Title: Voluntary Home Buyout - Demolition of Residential Structures HS012 Category: Demolitions/Lot Clearings Status: Open Description: PUBLIC NOTICE INVITATION TO BID NO. PC26-035 VOLUNTARY HOME BUYOUT DEMOLITION OF RESIDENTIAL STRUCTURES – HS012 The City of Panama City, Florida, a Florida municipal corporation located in Bay County, Florida (“City” or “Owner”), seeks bids from experienced and qualified licensed contractor(s) to provide demolition services for the Voluntary Home Buyout Demolition of Residential Structures (the “Project”), as is more fully described in Section 3 Specifications and Scope of Work. The complete Invitation to Bid (“ITB”), including all specifications and bid forms may be obtained by emailing the City’s Purchasing Division at . Addenda, if any, will be posted on the City’s webpage https://www.panamacity.gov/bids.aspx and the Bonfire Portal https://panamacity.bonfirehub.com/portal/?tab=openOpportunities . Completed Bids should be submitted to the City’s Purchasing Division, City Hall, located at 501 Harrison Avenue, Panama City, FL 32401 via the Bonfire Portal at https://panamacity.bonfirehub.com/portal/?tab=openOpportunities , by June 3, 2026 at 10:00 AM CT (the “Bid Submission Date and Time”). Any Proposal received after the Bid Submission Due Date and Time or delivered to a different address, department, or location will not be considered. For questions regarding registering with the Bonfire Portal or for assistance with proposal submission, please contact the acquisition/bid specialist, Johnnie Gallegos, at . A Voluntary Pre-Bid Meeting is scheduled for May 13, 2026, at 9:00 AM CT at the City of Panama City, City Hall, Lower Level, Room 010, located at 501 Harrison Avenue, Panama City, FL 32401. Attendance is strongly encouraged but not required. The City shall accept the bid of the responsible bidder that best meets the needs of the City, taking into consideration, among other things, cost effectiveness, the financial responsibility of the bidder, capability to perform the contract on a timely basis, previous satisfactory performance, and such other abilities of the bidder that the City, in its sole discretion, determines will enable the bidder to perform effectively and efficiently. No bid may be withdrawn for a period of sixty (60) days after the scheduled closing date for the receipt of bids. The City shall not be liable for any costs incurred by any bidder in connection with its response to this ITB. The City reserves the right to reject any and all bids, to waive any informality in any bid, to solicit and re-advertise for new Bid submittals or to abandon the Project in its entirety. This Advertisement is issued by: Owner: City of Panama City By: Jennifer Aldridge Title: Disaster Recovery Manager Date: May 4, 2026 Publication Date/Time: 5/4/2026 10:00 AM Publication Information: Bay County Public Notices Website Closing Date/Time: 6/3/2026 10:00 AM Submittal Information: Bonfire Portal Bid Opening Information: City Hall, Room 010 Pre-bid Meeting: May 13, 2026, 9:00 AM Contact Person: Johnnie Gallegos purchasing@panamacity.gov Plan & Spec Available: Email request to purchasing@panamacity.gov Business Hours: Monday-Friday, 8AM-5PM CT Related Documents: PC26-035 Voluntary Home Buyout - Demolition of Residential Structures HS012 - Public Notice Return To Main Bid Postings Page Live Edit Notify Me® Agendas & Minutes Recreation Employment Online Payments City Directory Contact Us 501 Harrison Avenue Panama City, FL 32401 Ph: (850) 872-3000 Staff Directory Quick Links Public Notices and Meetings Link to County Public Notices Bid Requests Document Archives Live Stream Panama City Municipal Codes /QuickLinks.aspx Site Links Home Site Map Accessibility Copyright Notices Photo Credits /QuickLinks.aspx Government Websites by CivicPlus® Loading Loading Do Not Show Again Close Arrow Left Arrow Right [] Slideshow Left Arrow Slideshow Right Arrow
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.