Active SLED Opportunity · VIRGINIA · CITY OF NEWPORT NEWS

    Backflow Device Testing and Repair Services

    Issued by City of Newport News
    cityIFBCity of Newport NewsSol. 256802
    Open · 15d remaining
    DAYS TO CLOSE
    15
    due May 8, 2026
    PUBLISHED
    Apr 17, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    238220
    AI-classified industry

    AI Summary

    City of Newport News seeks qualified contractors for backflow device testing and repair services at various city buildings. Bids due May 8, 2026, via the City's e-Procurement Portal. Contract includes labor, materials, and certification requirements with options for renewal.

    Opportunity details

    Solicitation No.
    256802
    Type / RFx
    IFB
    Status
    open
    Level
    city
    Published Date
    April 17, 2026
    Due Date
    May 8, 2026
    NAICS Code
    238220AI guide
    Agency
    City of Newport News

    Description

    The City of Newport News (the “City”) 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 Friday, May 8, 2026 at 2:00 pm (local prevailing time).

    The purpose of this Invitation for Bids (IFB) is to establish a contract with a qualified Contractor for the provision of backflow testing and repair services at various City buildings, on an 'as needed' basis, in accordance with the specifications of this IFB.

     

    Project Details

    • Reference ID: 26-3498-1108
    • Department: General Services
    • Department Head: James McElheney (Director)

    Important Dates

    • Questions Due: 2026-04-24T17:00:00.000Z

    Evaluation Criteria

    • General Requirements

      A. Contractor shall provide Domestic Backflow Device Testing and Repair Services for various City of Newport News facilities. Specific locations and corresponding devices are listed in Attachment A. The Contractor shall coordinate with Building Services to establish a testing schedule for all devices.

      B. Contractor shall furnish all labor, materials, supplies, equipment, tools, permits, supervision and incidentals items necessary for the testing/retesting and repairs of backflow devices located at various City buildings.

      C. Contractor/testers shall complete all required test forms and mail the original forms to the City of Newport News Waterworks Cross Connection Control Office, 425 Industrial Park Drive, Newport News, VA 23608. A copy of each completed test form shall also be provided to the City of Newport News Building Services at 513 Oyster Point Road, Newport News, VA 23602.

      D. Contractor shall possess demonstratable experience with commercial building backflow testing.

      E. Contractor and all contractor designated testers must hold valid backflow certification issued by the Virginia Department of Professional and Occupational Services or an equivalent certification approved by Newport News Waterworks. Proof of certification shall be provided upon request.

      F. Contractor shall enter their hourly rates for backflow device testing/retesting and repairs in the spaces provided for that purpose in the Bid Table.

      G. Contractor shall enter their percentage mark-up for parts and materials under the Mark-up Percentage Column in the Bid Table as a decimal number (Example: 10% markup shall be entered as .10).

       

       

    • Questions

      Questions regarding this Invitation for Bid (IFB) must be submitted in writing through the OpenGov Procurement Question/Answer Tab via the City's e-Procurement portal, on or before, 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.

    • Pre-Bid and Bid Submission Requirements
      1. Direct contact with anyone other than the City of Newport News Office of Purchasing, including other City departments or the City’s consultants, regarding this Invitation for Bid (also referred to “solicitation” herein) is expressly forbidden. Violation of this directive may result in a determination that the Bidder is ineligible for award.
      2. All bids shall be submitted sealed via the City’s e-Procurement Portal, OpenGov Procurement and be received no later than Friday, May 8, 2026 at 2:00 pm. Fax and Email transmittals will not be considered. Bids cannot be submitted after the due date and time noted above. Failure to return required documents and information specified herein may result in a determination that the bid will not be considered for award.
      3. 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 in the Timeline Section of this Invitation for Bids. A bid tabulation will be posted as soon as practical.
      4. All bids shall be submitted in accordance with this Invitation for Bids. The Bidder may attach any additional information with the bid, in the space provided.
      5. All bids must be submitted by an officer or employee having the authority to sign on behalf of the firm.
      6. Failure to provide a bid from an authorized representative shall be cause for rejection of the bid.
      7. Prices shall be stated in units of quantity specified. No additional charges shall be passed on to the City, including sales tax, delivery charges or other surcharges. Prices quoted shall be the final cost to the City. All deliveries shall be F.O.B. Destination.
      8. The Terms, Conditions and Specifications in this Invitation for Bid shall supersede any terms and conditions offered by the Bidder. Any additional conditions a Bidder intends to be considered must be submitted with the bid and be noted as an exception, however, exceptions may result in the bid being determined non-responsive. All Terms, Conditions and Specifications will be incorporated by reference and be part of the contract following award.
      9. Failure to use the forms provided may be cause for rejection of the bid.
      10. The viability and accessibility of the Bidder’s submitted attachments is entirely the responsibility of the Bidder. Attachments that are not accessible cannot be considered during the review and evaluation of the bid, which may result in that bid being determined non-responsive and not being further considered for award.
      11. Each bid shall be submitted with the understanding that, upon acceptance by the City, the Bidder shall furnish any or all of the goods and/or services described herein. The accepted bid shall constitute a contract between the Bidder and the City and shall bind the Bidder to furnish and deliver the goods and/or services at the stated prices and in accordance with the Terms, Conditions and Specifications of the Invitation for Bid and bid. The City shall order the goods and/or services from the Bidder at the stated prices except for reasons beyond reasonable control including but not limited to availability of funds and the Contractor’s inability to deliver goods or services within the required timeframe.
      12. Submission of a bid is not to be construed as an award or an order to ship.
      13. A bid by the Bidder certifies that they are not currently debarred or suspended by a local, state or federal government entity from doing business with that entity. If a debarment or suspension exists, supporting information shall be provided with the bid. Suspension or debarment may disqualify the Bidder from award of a contract.
      14. Bidders have the right to request withdrawal of their bids from consideration due to error by giving written notice not later than two business days after bids are publicly opened. Work papers showing evidence of error(s) may be required.
    • Summary

      The City of Newport News (the “City”) 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 Friday, May 8, 2026 at 2:00 pm (local prevailing time).

      The purpose of this Invitation for Bids (IFB) is to establish a contract with a qualified Contractor for the provision of backflow testing and repair services at various City buildings, on an 'as needed' basis, in accordance with the specifications of this IFB.

       

    • General Insurance Requirements
      1. The Contractor shall procure and maintain, at its own expense, and with a company or companies acceptable to the City, the minimum insurance coverages set forth below. The Contractor shall place their insurance program with an insurance company rated “A” or above by A. M. Best and authorized to do business in Virginia. Contractor and any Subcontractor shall maintain all insurance until the completion of the contract/agreement period. Prior to performance under the contract/agreement, the Contractor shall provide
        Certificates of Insurance to the Office of Purchasing. Failure by the Contractor to provide these certificates before commencing performance may constitute grounds for termination for default. Such certificates of insurance shall evidence that the below listed insurance is in effect, and that not less than thirty (30) days’ prior written notice (10 days’ for non-payment) will be given to the City in the event of modification, cancellation, or non-renewal of any such insurance coverage.
      2. The Contractor shall be responsible for reviewing and ensuring any and all Subcontractors comply with all of the insurance provisions contained herein and that said insurance is maintained as specified. The Contractor shall provide copies of any and all Subcontractor insurance policies and / or Certificates of Insurance and required endorsements upon request by the City.
      3. The Contractor shall purchase and maintain during the life of this contract/agreement and as stated herein such Commercial General Liability Insurance including product and completed operations liability insurance as will provide protection from Contractor’s performance of the Work and Contractor’s other obligations under the contract/agreement, whether such performance is by Contractor, or by Subcontractor, by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable and shall otherwise bear responsibility thereto. Insurance coverage for bodily injury and property damage, including insurance on vehicles and equipment, shall be with the same company. Contractor also agrees that their insurance is primary.
      4. Other insurance may be required depending on the scope of work presented, and such requirements shall be included in the solicitation.

      The City of Newport News shall be an Additional Insured in all such policies. 

    • Federal Terms and Conditions

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

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

    • Pre-Bid Conference

      A pre-bid conference is scheduled related to this Invitation for Bid on NO VALUE at NO VALUE at:

      NO VALUE

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

    • Termination for Convenience and Termination for Cause

      Refer to Standard Terms and Conditions for these applicable provisions.

    • Insurance Requirements

      The Contractor shall carry the required amounts of insurance specified below throughout the contract/agreement period except the liability and products/completed operations shall be maintained for a period of five (5) years after the final completion of the Contractor’s work or through the statute of repose or statute of limitations period(s) applicable to any claims against Contractor, whichever is greater. The Contractor shall submit a Certificate of Insurance and appropriate endorsements certifying coverages:

      Such certificates shall provide that the Insurance will not be canceled or reduced without prior notice to the City.

    • Addenda

      Changes or supplemental instructions to this Invitation for Bid will be posted online with this solicitation. It is the Bidder's responsibility to check for addenda prior to the bid due date and time to ensure that all Addenda are received. Addenda shall be posted on the City's e-Procurement Portal, OpenGov Procurement, and Addenda notifications will be sent via email to all persons on record who are following this IFB on OpenGov Procurement.

      All Bidders shall acknowledge receipt of Addenda with the bid. Acknowledgement of all Addenda shall be completed in OpenGov Procurement. If all Addenda are not acknowledged, the bid may not be accepted and be deemed non-responsive.

    • Background
      NO VALUE
    • Notification

      This solicitation is posted on eVA, Virginia’s eProcurement Portal (www.eva.virginia.gov) and is available for free download. A direct link to all City of Newport News solicitations on eVA is located at www.nnva.gov/691 or from the Office of Purchasing webpage (www.nnva.gov/purchasing) by selecting Solicitations from the left side bar. Bidders and potential subcontractors may communicate and collaborate using the B2B Connect through the B2B Connect tab on the eVA solicitation webpage.

      Note: The City of Newport News utilizes eVA to post solicitations. Purchase Orders will be issued directly from the City’s electronic procurement system.

    • Commercial General Liability

      The minimum Limit of Liability shall be:

      Bodily Injury per person / occurrence (BI) $1,000,000

      Property Damage per occurrence (PD) $1,000,000

      If Policy has Aggregate Provisions –

      Minimum Annual Aggregate Limit $1,000,000

    • Timeline
      Release Project Date:April 17, 2026
      Question Submission Deadline:April 24, 2026, 1:00pm
      Bid Submission Deadline:May 8, 2026, 2:00pm

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

      https://teams.microsoft.com/meet/288897520055401?p=StjPUqCdGQzeL1Fa1Z

    • Pre-Bid Conference

      A pre-bid conference is scheduled related to this Invitation for Bid on NO VALUE at NO VALUE at:

      NO VALUE

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

    • Equal Employment Opportunity

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

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

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

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

      Project Contact:

      Aretha Williams

      Contract Specialist

      2400 Washington Ave

      Newport News, VA 23607

      Email: williamsas@nnva.gov

      Phone: (757) 926-8037

       

      Secondary Contact:

      Tionna Cloud

      Procurement Services Specialist

      2400 WASHINGTON AVENUE

      NEWPORT NEWSVA 23607

      Email: cloudtc@nnva.gov

      Phone: (757) 926-8041

    • Pre-Bid Conference

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

    • Professional Liability

      The Consultant shall obtain and maintain professional liability insurance for errors and omissions (E & O) in the amount of two million ($2,000,000.00) for the duration of this contract. An original certificate of insurance and all required endorsements shall be submitted to the Office of Purchasing for approval.

    • Medical Professional Liability

      The Consultant shall obtain and maintain medical professional liability insurance in the amount of $2.65 million per occurrence, $3.0 million in the aggregate through June 30, 2025.  On July 1, 2025, and each July 1 thereafter, the per occurrence limit shall increase to the limit set forth in Section 8.01-581.15 of the Code of Virginia for that time period, and the aggregate shall increase by $100,000 each July 1.

    • Byrd Anti-Lobbying Amendment

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

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

      A site visit is scheduled related to this IFB on NO VALUE, NO VALUE at:

      NO VALUE

    • Award
      1. Award will be made to the lowest responsive and responsible Bidder (reference Method of Award provision contained herein). The ability, capacity, skill, character, integrity, reputation, judgement, experience, efficiency, ability to perform within the time specified, quality of performance of previous contracts, financial resources, suitability of goods or services to particular purpose and future maintenance and service and any exceptions noted will be taken into consideration in making an award.
      2. The City may request additional information and make reasonable investigations as deemed proper and necessary to determine the ability of the bidder to perform the services/furnish the goods and the bidder shall provide the City information and data for this purpose. The City may inspect physical facilities if deemed necessary. The results of investigations and inspections may result in rejection of the bid. In addition, the City reserves the right to conduct any test/inspection deemed necessary to assure goods and services conform to the specifications.
      3. The City reserves the right to reject any bid in whole or in part and to delete items before making an award when the City determines that any of the bid prices are significantly unbalanced to the potential detriment of the City and for other reasons when in the City’s best interest.
      4. The City reserves the right to waive any informality if it is determined to be in the best interest of the City.
      5. In the event of an error or inconsistency between the unit price(s) and the extension of prices, the unit price(s) shall govern.
      6. If the bid from the lowest responsive and responsible Bidder exceeds available funds, the Purchasing Agent or designee may negotiate with the apparent low Bidder to obtain a contract price within available funds.
      7. A Bidder may protest the award or decision to award by submitting such protest in writing to the Purchasing Agent no later than ten (10) days after the award or the announcement of the decision to award as indicated in the Code of the City of Newport News Section 2-576.3. No protest shall lie for a claim that the selected Bidder is not a responsible Bidder. The written protest shall include the basis for the protest and the relief sought. The Purchasing Agent shall issue a decision in writing within ten (10) business days stating the reasons for the action taken. This decision shall be final unless the Bidder appeals within ten (10) days of the written decision by invoking the administrative procedures established by the Purchasing Agent.
      8. The Administrative Appeals Procedure is posted on the Office of Purchasing website https://www.nnva.gov/707/Vendor-Resources. This procedure shall be used for hearing protests of a decision to award or an award, appeals from refusal to allow withdrawal of bids, appeals from disqualification, appeals for debarment or suspension, or determinations of non-responsibility and appeals from decision or disputes arising during the performance of a contract.
    • Award
      1. Award will be made to the responsive and responsible Bidder who offers the highest total bid price (reference Method of Award provision contained herein). The ability, capacity, skill, character, integrity, reputation, judgement, experience, efficiency, ability to perform within the time specified, quality of performance of previous contracts, financial resources, suitability of goods or services to particular purpose and future maintenance and service and any exceptions noted will be taken into consideration in making an award.
      2. The City may request additional information and make reasonable investigations as deemed proper and necessary to determine the ability of the bidder to perform the services/furnish the goods and the bidder shall provide the City information and data for this purpose. The City may inspect physical facilities if deemed necessary. The results of investigations and inspections may result in rejection of the bid. In addition, the City reserves the right to conduct any test/inspection deemed necessary to assure goods and services conform to the specifications.
      3. The City reserves the right to reject any bid in whole or in part and to delete items before making an award when the City determines that any of the bid prices are significantly unbalanced to the potential detriment of the City and for other reasons when in the City’s best interest.
      4. The City reserves the right to waive any informality if it is determined to be in the best interest of the City.
      5. In the event of an error or inconsistency between the unit price(s) and the extension of prices, the unit price(s) shall govern.
      6. A Bidder may protest the award or decision to award by submitting such protest in writing to the Purchasing Agent no later than ten (10) days after the award or the announcement of the decision to award as indicated in the Code of the City of Newport News Section 2-576.3. No protest shall lie for a claim that the selected Bidder is not a responsible Bidder. The written protest shall include the basis for the protest and the relief sought. The Purchasing Agent shall issue a decision in writing within ten (10) business days stating the reasons for the action taken. This decision shall be final unless the Bidder appeals within ten (10) days of the written decision by invoking the administrative procedures established by the Purchasing Agent.
      7. The Administrative Appeals Procedure is posted on the Office of Purchasing website https://www.nnva.gov/707/Vendor-Resources. This procedure shall be used for hearing protests of a decision to award or an award, appeals from refusal to allow withdrawal of bids, appeals from disqualification, appeals for debarment or suspension, or determinations of non-responsibility and appeals from decision or disputes arising during the performance of a contract.
    • Compliance with the Copeland “Anti-Kickback” Act

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

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

      For Owned, Non-Owned and Hired Automobile, the minimum Limit of Liability shall be:

      Combined Single Limit (CSL) per occurrence $1,000,000

    • Contractor Qualifications

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

       

    • Method of Award

      The City will make a single award, based on the Total Bid, to the lowest responsive and responsible Bidder.

    • Compliance with the Contract Work Hours and Safety Standards Act

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

      1. Overtime requirements. No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.
      2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (A) of this section the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (A) of this section, in the sum of $26 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section.
      3. Withholding for unpaid wages and liquidated damages. The City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (B) of this section.
      4. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (A) through (D) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (A) through (D) of this section.
    • Award
      1. Award will be made to the lowest responsive and responsible Bidder (reference Method of Award provision contained herein). The ability, capacity, skill, character, integrity, reputation, judgement, experience, efficiency, ability to perform within the time specified, quality of performance of previous contracts, financial resources, suitability of goods or services to particular purpose and future maintenance and service and any exceptions noted will be taken into consideration in making an award.
      2. The City may request additional information and make reasonable investigations as deemed proper and necessary to determine the ability of the bidder to perform the services/furnish the goods and the bidder shall provide the City information and data for this purpose. The City may inspect physical facilities if deemed necessary. The results of investigations and inspections may result in rejection of the bid. In addition, the City reserves the right to conduct any test/inspection deemed necessary to assure goods and services conform to the specifications.
      3. The City reserves the right to reject any bid in whole or in part and to delete items before making an award when the City determines that any of the bid prices are significantly unbalanced to the potential detriment of the City and for other reasons when in the City’s best interest.
      4. The City reserves the right to waive any informality if it is determined to be in the best interest of the City.
      5. In case of an error in the extension of prices, the unit price(s) shall govern. In the event of an error or inconsistency between the unit price(s) and the extension of prices, the unit price(s) shall govern.
      6. If the bid from the lowest responsive and responsible Bidder exceeds available funds, the Purchasing Agent or designee may negotiate with the apparent low Bidder to obtain a contract price within available funds.
      7. A Bidder may protest the award or decision to award by submitting such protest in writing to the Purchasing Agent no later than ten (10) days after the award or the announcement of the decision to award as indicated in the Code of the City of Newport News Section 2-576.3. No protest shall lie for a claim that the selected Bidder is not a responsible Bidder. The written protest shall include the basis for the protest and the relief sought. The Purchasing Agent shall issue a decision in writing within ten (10) business days stating the reasons for the action taken. This decision shall be final unless the Bidder appeals within ten (10) days of the written decision by invoking the administrative procedures established by the Purchasing Agent.
      8. The Administrative Appeals Procedure is posted on the Office of Purchasing website https://www.nnva.gov/707/Vendor-Resources. This procedure shall be used for hearing protests of a decision to award or an award, appeals from refusal to allow withdrawal of bids, appeals from disqualification, appeals for debarment or suspension, or determinations of non-responsibility and appeals from decision or disputes arising during the performance of a contract.
    • Umbrella Liability

      Coverage over the commercial general liability, automobile liability, and employer’s liability.

      The minimum Limit of Liability shall be:

      Combined Single Limit (CSL) $2,000,000

    • Public Inspection of Records

      All proceedings, records, contracts and other public records relating to procurement transactions shall be open to the inspection of any citizen, or any interested person, firm or corporation, in accordance with the Virginia Freedom of Information Act (§ 2.2-3700 et seq., Code of Virginia, 1950, as amended).

      As indicated in the Code of the City of Newport News Section 2-557.2, any Bidder, upon request, shall be afforded the opportunity to inspect bid records within a reasonable time after the opening of all bids but prior to award, except in the event that the Purchasing Agent decides not to accept any of the bids and to reopen the contract. Otherwise, bid records shall be open to public inspection only after award of the contract.

      Any inspection of procurement transaction records shall be subject to reasonable restrictions to ensure the security and integrity of the records.

      Interested parties may contact the Contract Officer to request a time to review proposal records during the normal business hours of the City. The City reserves the right to facilitate public inspection of records through electronic means to the extent possible.

    • Method of Award

      The City will make a Single Award to the responsive and responsible Bidder(s) who offers the highest total bid price.

    • Workers' Compensation

      Shall comply with all federal and state statutory regulations pertaining to Workers’ Compensation requirements for insured or self-insured programs, and waive subrogation rights. The minimum Limit of Liability for Employers Liability shall be $1,000,000 for each accident, disease/employee, and disease/policy.

      In addition, the City requires an Alternate Employer Endorsement naming the City as an alternate employer, if applicable.

    • Clean Air Act and the Federal Water Pollution Act

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

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

      Federal Water Pollution Control Act 

      1. The Contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq.
      2. The Contractor agrees to report each violation to the (name of the applicant entering into the contract) and understands and agrees that the (name of the applicant entering into the contract) will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office.
      3. The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by the Federal grantor agency, including FEMA.
    • Cyber Liability

      Cyber Liability in an amount not less than Two Million Dollars ($2,000,000) per occurrence/Two Million Dollars ($2,000,000) aggregate with a retroactive liability date (if applicable to claims made coverage) the same as the effective date of the contract or earlier. The policy shall contain an Extended Claim Reporting Provision of not less than two years following termination of the policy.

    • Notices and Communications

      Notices and communications related to the contract resulting from this Invitation for Bid shall be in writing and delivered via mail (postage prepaid), commercial courier, or personal delivery or sent by facsimile or other electronic means (email). All notices related to contract award, modifications, renewals, and terminations will be handled through the Office of Purchasing. The Office of Purchasing primarily utilizes email for notices and communications including but not limited to delivery of Purchase Orders, contract renewals and contract amendments. The City may also use a web-based service to obtain signatures electronically.

    • Assignment of Work/Ordering

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

    • Debarment and Suspension
      1. This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the Contractor is required to verify that none of the Contractor’s principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935).
      2. The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into.
      3. This certification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment.
      4. The Bidder/Offeror agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Bidder/Offeror or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.
    • Procurement of Recovered Materials
      1. In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired— 
        • Competitively within a timeframe providing for compliance with the contract performance schedule; 
        • Meeting contract performance requirements; or 
        • At a reasonable price.
      2. Information about this requirement, along with the list of EPA designated items, is available at EPA’s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensiveprocurement-guideline-cpg-program.
      3. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act.
    • Availability of Funds

      A contract shall be deemed in force only to the extent of appropriations available to each department for the purchase of such goods and/or services. The City’s extended obligations on contracts that include funding through successive fiscal periods shall be contingent upon actual appropriations for the successive periods (additional years).

    • Professional/Technology Liability

      The Contractor shall obtain and maintain professional liability insurance for errors and omissions (E & O) in the amount of two million ($2,000,000.00) for the duration of this contract. An original certificate of insurance and all required endorsements shall be submitted to the Office of Purchasing for approval.

    • Contract/Agreement

      Issuance of a Purchase Order shall constitute the contract.

    • Contract/Agreement

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

    • Authorization to Transact Business in Virginia

      All Bidders organized or authorized to transact business in the Commonwealth pursuant to Title 13.1 or Title 50, as amended, shall provide the identification number issued to it by the State Corporation Commission. Any Bidder that is not required to be authorized to transact business in the Commonwealth as a foreign business entity under Title 13.1 or Title 50, as amended, or as otherwise required by law shall include in the bid a statement describing why the Bidder is not required to be so authorized.

      Any business entity that enters into a contract with a public body pursuant to this chapter shall not allow its existence to lapse or its Certificate of Authority or Registration to Transact Business in the Commonwealth, if so required under Title 13.1 or Title 50, as amended, to be revoked or cancelled at any time during the term of the contract. The City may void any contract with a business entity if the business entity fails to remain in compliance with the provisions of this section. Visit https://www.scc.virginia.gov/ for more information.

    • Additional Insured Provisions

      The Contractor and any Subcontractor shall name the City, including its elected and appointed officials, employees, and agents, as additional insureds.

    • Buy America

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

    • Cooperative Purchase

      If authorized by the Bidder, the contract resulting from this Invitation for Bid may be extended to other public bodies, agencies or institutions within the United States to purchase at the contract prices, terms and conditions. Any public entity that uses the contract shall place its own order(s) directly with the Contractor(s). The City of Newport News is not a party to such contracts and is not responsible for placement of orders and payment or discrepancies of the participating public bodies. It is the Contractor’s responsibility to notify the jurisdictions of the availability of contract(s), if desired. Bidders who do not wish to extend the prices, terms and conditions to other public bodies shall so indicate in the bid.

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

      Following award, a contract will be executed between the Contractor and the City. A City 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. The City recognizes that a Software License Agreement may be required Bidders shall include a sample License Agreement with the Bid.

    • Required Endorsements

      The Additional Insured Endorsement on ISO Form CG 20 10 or similar and for Products/Completed Operations CG 20 37 must be attached to the Certificate of Insurance and must properly reference the above language. WC 00-03-01 (naming the City as an alternate employer for Worker's Compensation claims).

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

      Issuance of an Award Notice and Notice to Proceed shall constitute the contract.

    • Small, Women-Owned, Minority-Owned, and Service Disabled Veteran-Owned Business Requirements

      The City of Newport News desires to facilitate the establishment, preservation, and strengthening of small businesses and businesses owned by women, minority individuals, service disabled veterans, military family-owned businesses and employment services organizations, and to encourage their participation in the City's procurement activities. The City of Newport News encourages these firms to compete and encourages non-minority firms to provide for the participation of small businesses and businesses owned by women and minority individuals and service disabled veterans through partnerships, joint ventures, subcontracts, and other contractual opportunities. Offerors are requested to complete and provide the Small, Women-Owned, Minority-Owned and Service Disabled Veteran-Owned Business Requirements Form, if provided herein.

    • Contract Modifications

      Any modifications made to the contract must be approved by the Office of Purchasing in advance. The City and the Contractor must mutually agree to modify the terms, conditions, scope or prices/costs contained in the contract before modifications are implemented.

    • Faith Based Organizations

      The City of Newport News does not discriminate against faith based organizations.

    • Contract Period/Renewal

      The contract shall continue until completion of the project. If required, an ongoing contract period will be determined based on the licensing, support and maintenance requirements of the awarded Contractor.

    • Non-Discrimination

      During the performance of a contract with the City, the Contractor agrees as follows:

      1. It will not discriminate against any employees or applicants for employment because of race, religion, color, sex, sexual orientation, gender identity, national origin, age, disability, or any other basis prohibited by federal or state law relating to discrimination in employment, except where one or more of these are a bona fide occupational qualification reasonably necessary to the normal operations of the Contractor. The Contractor agrees to post in conspicuous places available to employees and applicants for employment, notices setting forth the provisions of this non-discrimination clause.
      2. The Contractor will be and state that he is an equal opportunity employer in all solicitations or advertisements for employees.
      3. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section.
      4. The Contractor will include the provisions of the foregoing paragraphs (a), (b) and (c) in every subcontract or Purchase Order of over ten thousand dollars ($10,000) so that the provisions will be binding upon each subcontractor or vendor.
    • Contract Period/Renewal

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

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

    • Drug Free Workplace

      During the performance of a contract with the City, the Contractor agrees to (i) provide a drug-free workplace for the Contractor’s employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the Contractor’s workplace and specifying the actions that will be taken against employees for violations of prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the Contractor that the Contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor.
      For the purposes of this subsection, “A drug-free workplace” means a site for the performance of work done in connection with a specific contract awarded to a contractor in accordance with this subsection, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract.

    • Contract Period/Renewal

      Terms Required...

    • Procurement of Imported Goods; Forced and Indentured Child Labor Prohibition

      During the performance of a contract with the City, the Contractor agrees that it will not use forced or indentured child labor in the performance of a contract that exceeds $10,000 and that the Contractor will include this provision in every subcontract or purchase order of over $10,000 so that the provision is binding upon each subcontractor or vendor.  “Forced or indentured child labor” means all work or service (i) exacted from any person younger than 18 years of age under the menace of any penalty for the nonperformance of such work or service and for which such person does not offer himself voluntarily or (ii) performed by any person younger than 18 years of age pursuant to a contract the enforcement of which can be accomplished by process or penalties.

    • Payment Terms
      1. Payment terms shall be “Net 30 Days" unless otherwise stated by the Bidder on the Bid Form. Alternate terms may be offered for prompt payment of bills.
      2. The payment terms stated herein must appear on the Contractor’s invoice. Failure to comply with this requirement may result in the invoice being returned to the Contractor for correction.
      3. Late payment charges shall not exceed one percent (1%) per month as indicated in the Code of Virginia Section 2.2-4352, Prompt Payment of Bills by Localities.
      4. If offered by the Bidder, a payment discount period shall be computed from the date of proper receipt of a valid invoice, or from the date of acceptable receipt of the goods and/or services, whichever is latest.
      5. The date of postmark shall be deemed as the date of payment in all cases where payment is made by mail.
      6. The City does not make advance payments for goods or services by practice.
    • Price Escalation/De-Escalation

      Price adjustments may be permitted for changes in the Contractor’s material/service costs, not to exceed the change of the Producer Price Index (PPI) for Plumbing, heating and air-conditioning contractors, nonresidential building work , Series: PCU23822X23822X , not seasonally adjusted, as published by the United States Bureau of Labor Statistics for the latest twelve months for which final (i.e. non-preliminary) statistics are available.  The nearest comparable index will be utilized if data for the specified index is no longer available.  

      A price adjustment may be requested after the initial contract period, and each renewal period thereafter, and only after verification and approval by the Office of Purchasing. Price adjustment requests shall be submitted to the Office of Purchasing for consideration. Other City departments are not authorized to approve price adjustments. The index change for a given period shall be calculated as follows: ((Most Current Non-Preliminary Final Index - Previous Index) / Previous Index) * 100 = Percentage Change.

      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.

       

    • Price Escalation/De-Escalation

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

    • Contractor Obligation to Pay Subcontractors (§ 2.2-4354 of the Code of Virginia)

      The Contractor shall take one of the two following actions within seven (7) days after the receipt of amounts paid by the City for work performed by subcontractor(s) under the contract resulting from this solicitation:

      1. Pay the subcontractor(s) for the proportionate share of the total payment received from the City attributable to the work performed by the subcontractor(s) under the contract; or
      2. Notify the City and subcontractor(s), in writing, of their intention to withhold all or a part of the subcontractor’s payment with the reason for nonpayment.

      All contracts awarded by the Contractor to a subcontractor for any portion of the contract shall include:

      1. An interest clause that obligates the Contractor to pay interest to the subcontractor on all amounts owed by the Contractor that remain unpaid after seven (7) days following receipt of payment from the City, except for amounts withheld as allowed.
      2. An interest clause that the Contractor shall pay interest to the subcontractor(s) on all amounts owed by the Contractor that remain unpaid after seven (7) days following receipt of payment from the City for work performed by the subcontractor(s), except for amounts withheld as allowed.
      3. An interest rate clause stating, ‘Unless otherwise provided under the terms of this contract, interest shall accrue at the rate of one percent per month.”
      4. The Contractor shall include in each of its subcontracts a provision requiring each subcontractor to include or otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor(s).
      5. The Contractor’s obligation to pay an interest charge to a subcontractor(s) pursuant to the payment requirements in this section may not be construed to be an obligation of the City. A contract modification may not be made for the purpose of providing reimbursement for such interest charge and a cost reimbursement claim shall not include any amount for reimbursement for such interest charge.
    • Taxes

      Sales to the City of Newport News are normally exempt from State sales tax. State sales and use tax certificates of exemption, Form ST-12, will be issued upon request.

    • Delivery of Goods/Services

      All work and deliveries shall be performed/delivered between the hours of 7:30 a.m. and 3:30 p.m., Monday through Friday, excluding City holidays, unless otherwise specified.

      Delivery tickets shall show quantity, description, unit price, total price, purchase order number and release number.

    • Hold Harmless and Indemnification

      The Contractor shall indemnify, defend and hold harmless the City, its officers, agents, and employees from any claims, damages and actions of any kind or nature, whether at law or in equity, arising from or caused by lack of performance, unlawful acts or omissions, or the negligent or willful acts or omissions of contractor or its subcontractors or sub-consultants. Further, if the Contractor subcontracts any work, it will require in its subcontracts that each contractor indemnify defend and hold harmless the City as stated above.

      The parties to the contract resulting from this solicitation agree that under Virginia state law the City cannot indemnify, defend and hold harmless the Contractor. To the extent any promise or term contained in the contract, including exhibits, attachments or other documents incorporated by reference therein, includes any indemnification or obligation to defend by the City, that promise or term is stricken from the contract and of no effect.

    • Method of Ordering

      The City will issue a Blanket Purchase Order; the Contractor shall provide goods or services on an as requested basis from the user department.

      The City operates on a fiscal year basis from July 1 through June 30 of each year. Should Blanket Purchase Orders be issued, they may be valid up to the end of the current fiscal year. New purchase order(s) are issued at the beginning of each fiscal year to cover the remainder of the then current contract period.

    • Interpretation of Specifications

      The apparent silence in the specifications and any supplemental specifications as to any detail or the omission from the specifications shall be regarded as meaning that only the best commercial practices are to prevail and correct type, size and design are to be used. All interpretations of these specifications shall be made on the basis of this statement.

    • Method of Ordering

      Receipt of a Purchase Order constitutes the authorization to provide the goods or services specified on the order.

    • Cyber Security and Privacy Breach Indemnification

      In the event, there is a breach of confidential or private information from City data due to any alleged act, omission, professional error, fault, mistake, or negligence of the Contractor, its employees, agents, representatives, or subcontractors, their employees, agents, or representatives in connection with or incidental to the performance of the contract, the Contractor shall indemnify the City, its elected officials, officers employees, and volunteers for all costs associated with the privacy or security breach including the costs of professional external Information Technology services to contain and or terminate the security failure or privacy event, professional external Information Technology services to conduct a forensic investigation to determine cause, and scope of the breach including who may have been affected by the breach, services to research and identify current address information to contact those affected, third party notification services, third party identity theft, and identity restoration insurance and or services, legal services and advices relating to the security failure or privacy event, external communications firm services to provide call center services, press releases, and answer questions related to the breach for those affected, regulatory fines, penalties or assessments levied against the City as a result of the breach including State, Federal, PCI, and, and shall fully indemnify the City for any third party claims resulting on account of loss of or damage to any property or for injuries to or death of any person.

      Confidentiality: Confidential Information may be supplied to the Contractor solely for the purposes of performance under the Contract and Contractor agrees not to use this data for any other purpose or to disclose the data to any third party. Contractor shall be liable for any damages arising from breach of any local, state, or federal confidentiality or privacy laws related to the Contractor’s performance under the contract.

      Contractor shall take all reasonable and appropriate action to prevent such disclosure by its employees or agents. The confidentiality covenants contained herein will survive the termination or cancellation of the contract. This obligation of confidentiality will not apply to information that:

      1. is in the public domain, either at the time of disclosure or afterwards, except by breach of this contract by a party or its employees or agents;
      2. a party can establish by reasonable proof was in that party's possession at the time of initial disclosure;
      3. a party receives from a third party who has a right to disclose it to the receiving party; or
      4. is the subject of a court order, subpoena, or other legitimate disclosure request or demand under the Virginia Freedom of Information Act, Va. Code §2.2-3700, et seq. or similar applicable public disclosure laws governing this contract; provided, however, that in the event you receive a public records, subpoena or other similar applicable request or demand, you will give us prompt notice and otherwise perform the functions required by applicable law.

      Any violation by Vendor of any provision under this Confidential Information section shall constitute a material breach of this contract, and as such the City reserves the right to terminate the contract immediately without penalty and pursue any remedies allowed by law to prevent or remedy a breach by the Contractor of its obligations to the Confidential Information section to include injunctive relief.

    • Method of Ordering

      The Contractor shall provide the goods or services requested upon receipt of a Purchase Order or a City issued Purchasing Card.

    • Laws and Regulations

      The Contractor shall keep fully informed of all federal, state and local laws, ordinances and regulations that in any manner affect the conduct of the work. The Contractor shall at all times observe and comply with all such laws, ordinances and regulations.

    • Quantities

      The quantities stated are estimated annual quantities and are provided as a general guide for submitting bids and are not guaranteed. Actual quantities purchased may be more or less than those specified.

    • Quantities

      Actual quantities purchased may be more or less than those specified. Upon mutual agreement, the City reserves the right to purchase additional quantities of goods or services at the contract price within six months of the date of initial award.

    • Governing Law and Venue

      This solicitation and any resulting contract are subject to the laws of the Commonwealth of Virginia and the Newport News City Code. Any litigation with respect thereto shall be brought in the courts of the City of Newport News, Virginia, or the United States District Court for the Eastern District of Virginia, Newport News Division.

      In accordance with § 2.2-4311.3 of the Code of Virginia:  No term or provision in any public contract for the acquisition of information technology goods or services shall be valid or enforceable to the extent that it is in conflict with Virginia law. A public contract containing such a term or provision shall otherwise remain enforceable.  Any term or provision in a public contract that (i) makes the public contract subject to, governed by, or interpreted under the laws of another state or country or (ii) requires or permits any litigation or other dispute resolution proceeding arising from the public contract to be conducted in another state or country shall be void. Such public contract shall instead be deemed to provide for the application of the law of the Commonwealth of Virginia, without regard to such contract's choice of law provisions, and to provide for jurisdiction in the courts of the Commonwealth.

    • Invoicing and Payment

      Invoices shall be sent to: Department of Finance, Accounts Payable, 2400 Washington Avenue, 6th Floor, City Hall, and Newport News, VA 23607. No service fees or additional costs will be paid by the City during the term of the contract unless allowed in the contract.

      Payment will be authorized following receipt of a valid invoice which must minimally include the Purchase Order Number, Purchase Order Line Item Number(s), Contract number (if provided by the City), Description of Goods and Services, Delivery Date(s) of Goods or Services, Unit Prices and Total Price. Invoices may be submitted following completion of services. 

    • Rights Under Anti-Trust Laws

      The Bidder assigns to the City any and all rights that it may have under the antitrust laws of the United States and the Commonwealth of Virginia in any way arising from or pertaining to the bid. This provision is remedial in nature and is to be liberally construed by any court in favor of the City.

    • Immigration Reform and Control Act of 1986

      The Bidder certifies that he/she does not and shall not during the performance of the contract for goods and services in the Commonwealth of Virginia, knowingly employ unauthorized aliens as defined in the Federal Immigration Reform and Control Act of 1986, as amended.

    • CIP-Funded Project

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

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

    • Payment

      Payment shall be sent to XXX.

      [Add details as needed for specific project]

    • Assignment of Contract

      A contract shall not be assignable by the Contractor in whole or in part without the written consent of the City.

    • Equipment

      Any equipment delivered must be standard new and unused equipment, latest model, except as otherwise specifically stated in the bid. Where any part or the normal accessories of equipment is not described, it shall be understood that all the equipment and accessories that are usually provided in the manufacturer’s stock model shall be furnished.

    • Default

      In event of default by the Contractor, the City reserves the right to procure the goods and/or services from other sources, and hold the Contractor liable for any excess cost occasioned thereby.

    • Product Availability and Substitution

      Substitution of a product, brand or manufacturer after the award of contract is expressly prohibited unless approved in writing by the Office of Purchasing. The City may require, at its discretion, the Contractor provide a substitute item of equivalent or better quality subject to the approval for a price no greater than the contract price, if the product for which the contract was awarded becomes unavailable to the Contractor.

    • Termination for Convenience

      The City may terminate a contract when funds are not appropriated for the specified goods or services or when it is determined to be in the City’s best interest without providing specific cause.
      If the contract is an extended term contract, after completion of the first contract period, either party may terminate the contract without penalty or financial obligation, except that the parties remain liable for performance of all terms, conditions, and obligations through the date of termination.
      Written notice of termination shall be given to the other party a minimum of thirty (30) days prior to its effective date.

    • Termination for Cause

      In the event that the Contractor shall for any reason or through any cause be in default of the terms, conditions, or obligations of the contract documents, the City may give the Contractor written notice of such default and terminate the contract. All terms, conditions, and obligations of the contract documents are considered material.
      The City may, in its discretion, provide the Contractor an opportunity to cure the default, if curable, prior to termination. Unless a different duration is provided in the notice of default, or agreed upon by the parties in writing, the Contractor shall have fourteen (14) calendar days to cure the default from the date such notice is mailed to the Contractor unless notification is by facsimile or personal delivery, in which case the opportunity to cure shall commence upon delivery of the notice. Upon failure of the Contractor to cure the default, the City may immediately terminate the contract effective as of the mailing or delivery of the default notice. If the City terminates the contract, the Contractor shall remain liable for performance of all terms, conditions, and obligations through the date of termination. Termination by the City shall not constitute a waiver by the City of any other rights or remedies available to the City by law or contract.
      In addition, failure of the Contractor to perform the obligations of the contract may result in debarment of the Contractor for a period of up to three years. Termination and/or debarment of the Contractor shall not constitute a waiver by the City of any other rights or remedies available to the City by law or contract.

    • Samples

      Samples shall be furnished free of charge within the time specified by the Office of Purchasing. Upon request, samples will be returned to the Bidder (at the Bidder’s risk and expense). Samples will be properly disposed of by the City if not returned to the Bidder.

    • Samples/Demonstrations

      Samples shall be furnished free of charge within the time specified by the Office of Purchasing. Upon request, samples will be returned to the Bidder (at the Bidder’s risk and expense). Samples will be properly disposed of by the City if not returned to the Bidder. In addition, the City may require demonstrations of products and services offered.

    • Contractual Disputes and Claims

      In accordance with Section 2-577 of City Code, contractual claims, whether for money or other relief, shall be submitted in writing to the Office of Purchasing no later than sixty (60) days after final payment; however, written notice of the Contractor's intention to file such claim shall have been given at the time of the occurrence or beginning of the work upon which the claim is based.

      The Contractor shall refer to the Administrative Appeals Procedure and Contractual Claims Review Procedure posted on the Office of Purchasing website https://www.nnva.gov/707/Vendor-Resources for information on claims submission and appeals related to contractual disputes.

      The Contractor shall proceed diligently with the performance of the contract and with any disputed work pending final resolution of any claim or dispute.

    • Force Majeure

      If the parties are unable to perform or are delayed in the performance of its obligations due to acts of God, natural weather disasters, fire, explosion, flood, war, civil disturbance, terrorism, or any other cause which is not reasonably foreseeable and which is beyond that Contractor’s control, then provided that Contractor shall have delivered written notice to the City of the cause of the nonperformance within five (5) business days of the initiation of the delay, then such nonperformance shall not be an event of default under a contract resulting from this solicitation and the performance shall be resumed at the earliest practicable time after cessation of such interruption. If notice is provided within the manner and timeframe set forth herein, the time for performance of the obligations hereunder shall be extended for the period of the forced delay.

    • Ownership of Materials, Data, and Documentation

      Ownership of materials, data and documentation prepared or created pursuant to the contract that results from this solicitation, shall belong exclusively to the City.  Such materials, data and documentation, whether completed or not, shall be the property of the City. The Contractor shall not use these materials, data or documentation on any other work without the express written consent of the City.  

      All artwork, camera-ready copy, negatives, dies, photos and similar materials shall become the property of the City. Any furnished materials shall remain the property of the City. All such items and materials shall be delivered to the City in usable condition after completion of the work and prior to submission of the invoice for payment. 

    • Descriptive/Literature

      Standard Language but may edited for specific information required [Safety Data Sheets required for chemical/compounds only]:A complete set of descriptive literature [and/or] Safety Data Sheets shall be furnished with bid. Failure to do so may be sufficient cause for rejection of the bid.

    • Rights and Remedies not Waived

      In no event shall a payment by the City to the Contractor or the waiver by the City of any provision under the contract, including any obligation of the Contractor, constitute or be construed as a waiver by the City of any other provision, obligation, breach of covenant, or any default which may exist under this contract on the part of the Contractor, and the making of any such payment by the City while any such breach or default exists shall not impair or prejudice any rights or remedies available to the City.

    • Severability

      If any provision of the Contract resulting from this solicitation or the application thereof to any person or circumstances shall to any extent be invalid or unenforceable, the remainder of this contract, or the application of such provision to persons or circumstances other than those which it is invalid or unenforceable, shall not be affected, and each provision of this contract shall be valid and enforced to the full extent permitted by law.

    • Substitutions/Alternates
      1. Unless qualified by the provision "NO SUBSTITUTE", the use of the name of the manufacturer, brand, make or catalog designation in specifying an item does not restrict Bidders to the manufacturer, brand, make or catalog designation identification. This is used simply to indicate the character, quality and/or performance equivalence of the goods and/or services desired. The goods and/or services on which bids are submitted must be of such character, quality and/or performance equivalence that it will serve as that specified. In submitting bids on goods and/or services other than as specified, Bidder shall furnish complete data and identification with respect to the alternate goods and/or services they propose to furnish.
      2. Consideration will be given to bids submitted on alternate goods and/or services to the extent that such action is deemed to serve the best interests of the City. If the Bidder does not indicate that the goods and/or services he proposes to furnish are other than specified, it will be construed to mean that the Bidder proposes to furnish the exact goods and/or services described.
    • Independent Contractor

      The Contractor and any employees, agents, or other persons or entities acting on behalf of the Contractor shall act in an independent capacity and not as officers, employees, or agents of the City.

    • Insurance

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

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

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

      Insurance requirements are specified herein in Section titled Insurance Requirements.

    • Conflict

      In the event of a conflict between the contract documents, including these terms and conditions and the terms of a Purchase Order or related document issued by the Office of Purchasing, the contract documents shall control.

    • Warranty

      The Contractor warrants the goods/services furnished to be of the highest quality and to be free from defects for a minimum period of one year from the date of delivery or installation and shall carry the standard manufacturer’s warranty. As applicable, the warranty shall include parts, labor and all return delivery costs. Replacements and repairs shall be made by the Contractor at no cost and to the satisfaction of the City. The most favorable warranty the Contractor provides other customers, if better than the warranty requirement stated herein, shall be extended to the City.

    • Non-Exclusive Contract

      Nothing herein is intended nor shall be construed as creating any exclusive arrangement with the Contractor. The contract shall not restrict the City from acquiring similar, equal or like goods and/or services from other sources.

    • Examination of Conditions

      Each Bidder shall fully investigate site conditions and determine work conditions and take necessary measures to ensure a complete understanding of the specifications and work requirements. Failure to become familiar with the site conditions or work conditions will not relieve the Contractor from furnishing all materials or performing the work in accordance with the Specifications.

    • Confidentiality
      1. Each party to the contract resulting from this solicitation shall (i) hold in strict confidence any or all Confidential Information of any other Party, (ii) use the Confidential Information solely to perform or to exercise its rights under a contract, and (iii) not transfer, display, convey or otherwise disclose or make available all or any part of such Confidential Information to any third-party. Each party shall take the same measures to protect against the disclosure or use of the Confidential Information as it takes to protect its own proprietary or confidential information (but in no event shall such measures be less than reasonable care).
      2. Exclusions: The term “Confidential Information” shall not include information that is:
        1. in the public domain through no fault of the receiving party or of any other person or entity that is similarly contractually or otherwise obligated;
        2. obtained independently from a third-party without an obligation of confidentiality to the disclosing party and without breach of this Contract;
        3. developed independently by the receiving Party without reference to the Confidential Information of the other Party; or
        4. required to be disclosed under The Virginia Freedom of Information Act (§§2.2-3700 et seq. of the Code of Virginia) or similar laws or pursuant to a court order.
      3. Return or Destruction: Upon the termination or expiration of a contract, the Contractor shall at its own expense, (a) promptly return to the City all tangible Confidential Information (and all copies thereof except the record required by law) or (b) upon written request, destroy such Confidential Information and provide written certification of such destruction, and (ii) cease all further use of the Authorized User’s Confidential Information, whether in tangible or intangible form. The City shall retain and dispose of Contractor’s Confidential Information in accordance with records retention policies and as required by law.
    • Records and Inspection

      The Contractor shall maintain full and accurate records with respect to all matters covered under this contract, including, without limitation, accounting records, written policies and procedures, time records, telephone records, and any other supporting evidence used to memorialize, reflect, and substantiate charges or fees related to this contract. The Contractor’s records shall be open to inspection and subject to audit and/or reproduction, during normal working hours, by the City and its employees, agents or authorized representatives after giving at least three (3) days’ notice to the Contractor by the City. The City shall have access to such records from the effective date of this contract, for the duration of the contract, and for five (5) years after the date of final payment by the City to the Contractor pursuant to this contract or any renewal or extension of this contract. The City’s employees, agents or authorized representatives shall have access to the Contractor’s facilities and all necessary records and be provided adequate and appropriate work space in order to conduct audits.

    • Scheduling and Delays

      The parties to a contract resulting from this IFB acknowledge that all or part of the work to be performed hereunder may be delayed and extended at the option of the City. Such delays may be caused by delays, denials and modifications of the various state or federal permits, or for other reasons. The City shall not be required to pay any of the Contractor’s direct or indirect costs, or claims for compensation, extended overhead, or other damage or consequential damages arising out of or related to any delays or interruptions required or ordered by the City. If the City delays the project for any reason for a continuous period of ninety (90) days or more, the City and Contractor will negotiate a mutually agreeable adjustment to the Contractor’s award amount.

    • Entire Agreement

      The contract resulting from this solicitation and any additional or supplementary documents incorporated herein by reference contain all the terms and conditions agreed upon by the parties hereto, and no other agreements, oral or otherwise, regarding the subject matter of this contract or any part thereof shall have any validity or bind any of the parties hereto. This contract shall not be modified, altered, changed or amended unless in writing and signed by the parties hereto.

    • Information Technology Architecture and Security Standards

      Bidders should review and understand the City's standards attached to this solicitation.

    • Continuity of Services

      The services rendered in the contract resulting from this IFB are vital to City and must be continued without interruption. At contract expiration, the Contractor shall provide best efforts and cooperation to facilitate an efficient and effective transition to a successor, whether City or other Contractor, at no additional cost to the City.

    Submission Requirements

    • Primary Contact (required)

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

      Name
      Title
      Phone Number
      Email Address

    • Secondary Contact - OPTIONAL

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

      Name
      Title
      Phone Number
      Email Address

    • Payment Address (required)

      Please provide the payment address for your organization.

    • Employer Identification Number (required)

      Please provide the Employer Identification Number (EIN). If an EIN is not available, please provide the Social Security Number associated with your organization.

    • Qualifications (required)

      Indicate the length of time the company has provided the type of good(s) and/or service(s) required for this contract.

      ____________ years ____________ months

    • Authorization to Transact Business in Virginia (required)

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

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

    • Delivery (required)

      Bidders MUST insert a definitive time frame IN CALENDAR DAYS, within which delivery will be made after receipt of order (ARO). Delivery in ________ days.

    • Warranty (required)

      State of the warranty for goods/services.

      If no warranty is provided, please type "N/A".

    • Payment Terms

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

    • Cooperative Purchasing (required)

      Bidder will extend term, conditions and prices to other jurisdictions.

    • Byrd Anti-Lobbying Amendment (required)

      Please download the below documents, complete, and upload.

    • Federal Terms and Conditions (required)

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

    • Anti-Collusion Certification (required)

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

    • Authorization (required)

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

      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 statement above.

    • Meeting Information Technology Security Policy Requirement Matrix (required)

      Bidders must complete and return with their bid, the MEETING INFORMATION TECHNOLOGY SECURITY POLICY REQUIREMENTS MATRIX.

      Please download the below document, complete, and upload.

    • Draft Software License Agreement

      If you have a Draft Software License Agreement for your organization, please upload a copy.

    • W-9 (required)

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

    • Supporting Documentation

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

    • Pricing Sheet Upload (required)

      Please upload pricing here.

    • References

      References must be for equivalent services. Do not include the City of Newport News as a Reference.

      Please provide the following information for all three references, where prompted below:
      Name of Business, City, County, or Agency
      Street Address
      City and State
      Contract Dates
      Contact Name
      Contact Title
      Contact Telephone
      Contact Email
      Description of Work Performed
      Contract Amount in Dollars

    • Reference #1 (required)

      Please provide the requested information for the first reference:

    • Reference #2 (required)

      Please provide the requested information for the second reference:

    • Reference #3 (required)

      Please provide the requested information for the third reference:

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

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

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

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

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

    • Contractor's License Class and Number (required)

      Please provide the License Class(es) and numbers held by this organization:

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

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

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

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

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

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

    • Certification Type

      What is your company’s certification type?

    • Certification Information

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

    • SWaM Certificate/Supporting Documentation

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

    • Subcontracting

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

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

       

      Total dollars to be sub-contracted: Company Name:

      Total Small Business $______________ _____________________

      Total Woman-Owned $______________ _____________________

      Total Minority-Owned $______________ _____________________

      Total SDV Dollars $______________ _____________________

      Total DBE Dollars $______________ _____________________

       

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

    • Project Type (required)

      This solicitation is for what type of project?

    • Electronic Pricing Table (required)

      Do you want this solicitation to include a pricing table for bidders to complete electronically?

      If yes, an electronic pricing section will populate for you to create pricing table(s).

      If no, a question will populate in the vendor questionnaire for a separate pricing sheet to be uploaded by the vendor.

      You should always try to use electronic pricing tables, except in truly unique scenarios where doing so is impossible.

    • Pre-Bid Conference (required)

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

    • Site Visit (required)

      Will there be a site visit for this project?

    • Method of Award (required)

      What is the method of award resulting from this solicitation?

    • Agreement (required)

      What type of Agreement will be the result of this solicitation?

    • Contract Period/Renewal (required)

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

    • Price Escalation/De-Escalation (required)

      How will price adjustments be handled for this solicitation?

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

    • Delivery (required)

      Will there be a requirement of Delivery of Goods/Services for this project?

    • Method of Ordering (required)

      What will be the method of ordering for this solicitation?

    • Quantities (required)

      Will this project be for:

    • Invoicing and Payment (required)

      How will invoices be required to be submitted for this project?

    • Required Terms and Conditions (required)

      Which of the following will be requirements of this project? Select all that apply.

    • Contractor's License (required)

      Does this project require a Contractor's Business License?

    • Insurance (required)

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

    • Revenue-Generating Contract/Project (required)

      Is this solicitation for a revenue-generating contract or project?

    • Federal Funding (required)

      Will Federal funding be used to fund this project?

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

      Is this to be a CIP-Funded Project

    • Additional Insurance Requirements (required)

      Does this solicitation require Professional Liability or Medical Professional Liability Insurance? 

      Note: The answer to this question should always be No for this template.  If any of these insurance types are needed, you should use the corresponding template.  

    • Ownership of Materials, Data, and Documentation (required)

      Might this solicitation require the Contractor to prepare or create any materials (printed or otherwise), data, or documentation on the City's behalf?

    Key dates

    1. April 17, 2026Published
    2. May 8, 2026Responses Due

    AI classification tags

    Frequently asked questions

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

    SamSearch Platform

    Stop searching. Start winning.

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