Active SLED Opportunity · VIRGINIA · CITY OF CHARLOTTESVILLE
AI Summary
The City of Charlottesville seeks sealed bids for furnishing and delivering bulk rock salt treated with anti-caking agent for snow and ice control. The contract is for three years starting July 2026, with options to renew. Delivery and quality requirements are specified. Bids are due April 28, 2026, and submission is electronic only.
The City of Charlottesville is soliciting sealed bids from qualified contractors to furnish and deliver to the City Bulk Snow/Ice Control Rock Salt with anti-caking agent. The City reserves the right to make multiple awards as a result of this solicitation.
| Event | Date | Location |
|---|---|---|
| Public Bid Opening | 2026-04-28T18:15:00.000Z | Join Teams Meeting: https://teams.microsoft.com/meet/29764620614759?p=kLaGA2xhlf6Qu2Q8Gx Meeting ID: 297 646 206 147 59 Passcode: Fd3mF9vV |
The contractor shall furnish and deliver to the City Bulk Snow/Ice Control Rock Salt treated with anti-caking agent, minimum of 98.5% Sodium Chloride and produced and processed with ISO 9002 certification. The City anticipates needing approximately 2,000 tons of salt per year but reserves the right to order more or order less.
Public notice of the award of this contract, or the announcement of the decision to award this contract, shall be given in the following manner: posting of a written notice on the City’s website at https://www.charlottesville.gov/purchasing.
If the City requests a written report or similar work product, the Contractor is required to deliver the report in a format complying with the Americans with Disabilities Act and the Rehabilitation Act of 1973, as applicable. The report shall be provided in a Portable Document Format (PDF), HyperText Markup Language (HTML), or other text-based format in which optical character recognition is provided, and in which any photographs, images, diagrams, maps, etc. are marked by adequate alternative text tags (“alt tags”) and “long description tags,” to the end that the contents of the report will be readable by a screen reader for the sight impaired.
The City also seeks pricing for bulk rock salt pre-treated with liquid magnesium chloride, coloring, and corrosion-inhibiting agents. Proposed alternate products shall be similar in performance to the following manufacturer's products:
Additionally, the City seeks pricing for a highly effective liquid de-icing agent. Proposed alternate products shall be similar in performance to the following manufacturer's products:
The Contractor shall retain all records related to this contract for five years after final payment, or until audited by the City, whichever is sooner. The City and its authorized agents or auditors may inspect these records upon reasonable notice and shall have full access to and the right to examine any of said materials during said period.
By entering into a contract, a contractor conveys, sells, assigns, and transfers to the City of Charlottesville all rights, title and interest in and to all causes of action it may now have or hereafter acquire under the antitrust laws of the United States and the Commonwealth of Virginia, relating to the particular goods or services purchased or acquired by the City of Charlottesville under said contract.
Award will be made to the lowest responsive/responsible bidder based on the TOTAL on the PRICING SCHEDULE.
A contract shall not be assignable by the contractor in whole or in part without the prior written consent of the City.
Complete the Excel spreadsheet titled “CITYWIDE BULK ROCK SALT – ADDITIONAL PRODUCTS PRICING” (Attachment B) to provide pricing for any materials offered that are not included in the Bid or listed on the Pricing Schedule. Additional pricing is optional and will not be a factor in the Basis of Award.
The City can seek pricing on additional products not formally listed if the need should arise.
The City’s obligation under a contract awarded as a result of this procurement transaction shall be expressly contingent upon the availability and appropriation of public funds to support the City’s performance thereof.
The contractor assures that any personally identifiable information collected or to which the contractor has access in relation to the performance of the contract will be held confidential, during and following the term of this agreement, and will not be divulged without the individual’s and the City’s prior written consent and only in accordance with federal and state law. Contractors who utilize, access, or store personally identifiable information as part of the performance of a contract are required to safeguard this information using applicable industry standards and best practices, and immediately notify the City of any breach or suspected breach in the security of such information. Contractors shall allow the City to both participate in the investigation of incidents and exercise control over decisions regarding external reporting. Contractors and their employees working on this project may be required to sign a confidentiality statement.
No materials or supplies for the work shall be purchased by the contractor or by any subcontractor subject to any chattel mortgage or under a conditional sales or other agreement by which an interest is retained by the seller. The contractor warrants that he has clear title to all materials and supplies for which he invoices for payment.
Awards shall be based on the City's determination of the lowest responsive and responsible bidder. No contract may be awarded to a bidder who is determined by the Procurement Manager to be non-responsible.
Awards shall be based on the City's determination of the lowest responsive and responsible bidder. No contract may be awarded to a bidder who is determined by the Procurement Manager to be non-responsible. The City reserves the right to make multiple awards as a result of this solicitation.
This procurement is being conducted on behalf of other public bodies, in accordance with Code of Virginia § 2.2-4304. Unless specifically prohibited by the bidder/offeror, any resultant contract may be extended to any public body to permit those public bodies to purchase in accordance with the terms, conditions, and specifications of this bid/proposal at contract prices. The successful bidder/offeror shall deal directly with each public body with regard to order placement, delivery, invoicing, and payment.
Delivery hours are 6:30 a.m. – 4:00 p.m., Monday– Friday at the Salt Storage Building located
at the City of Charlottesville Public Works Center, 1505 Avon Street, Ext. Charlottesville, VA 22902
Bids will be date and time stamped upon electronic submission and shall remain unviewed and unopened until after the bid due date and time have passed. No consideration will be given to bids submitted in hard copy format. Only electronic submission through OpenGov shall be accepted. BE SURE TO ALLOW ADEQUATE TIME TO SUBMIT YOUR BID. THE CITY WILL NOT ACCEPT LATE SUBMISSIONS BECAUSE OF TECHNICAL DIFFICULTIES OR FOR ANY OTHER REASON. It is the responsibility of the bidder to ensure timely and correct electronic submission through the City's OpenGov portal.
Each bid submitted must remain valid for a period of at least 90 days from bid opening. Erroneous bids may be reclaimed or amended at any time prior to the deadline for submission. Modification of or corrections to bids are not acceptable after bids have been opened. No bidder may withdraw their bid from consideration after bid opening due to a mistake, except as permitted by the Code of Virginia § 2.2-4330.
Does not apply.
The City shall be notified 12 hours prior to delivery of any items so that personnel may be available to allow access to the building and verify items received. Notification shall be made to:
Name: Shawn Morris
Phone: 434-970-3051
Location: Salt Storage Building located at the City of Charlottesville Public Works Center, 1505 Avon Street, Ext. Charlottesville, VA 22902
Tabulations of bids are a matter of public record and are available upon request.
Changes can be made to the contract in any of the following ways per the Virginia Public Procurement Act and the City’s Internal Contracts Management Policy:
Does not apply.
Does not apply.
The City will assume no responsibility for oral instructions or suggestions regarding this IFB. Any question regarding the solicitation documents and/or specifications shall be submitted directly through the Questions & Answers section of OpenGov, and any material change will be provided to all bidders/offerors through issuance of an addendum. Any questions related to this solicitation must be submitted to the City through the City's OpenGov portal no fewer than five work days prior to the IFB due date and time. Questions submitted beyond this timeframe may or may not be answered by the City, in the City's sole discretion.
Does not apply.
The requirements of this IFB shall be deemed incorporated into any contract resulting from this procurement transaction, as if set forth therein verbatim.
Contractor must notify the City in writing of its intention to file a claim at the time of the occurrence of the incident or the beginning of the work upon which the claim is based. Claims must be submitted in writing within 60 days after final payment by the City. In some cases, the decision may be appealed through the City’s administrative appeals process. The process for filing contractual claims and appeals is described in the City's Contract Claims Resolution Policy, which is incorporated herein. Contractual disputes shall also be subject to the provisions of the Code of Virginia § 2.2-4363(D) and (E) (exhaustion of administrative remedies) and § 2.2-4364 (legal actions).
To the maximum extent permitted by applicable law, the contractor will not be liable under this contract for an indirect, incidental, special and/or consequential damage, or damages from loss of profits, revenue, data or use of the supplies, equipment and/or services delivered under this contract. This limitation of liability will not apply, however, to liability arising from: (a) personal injury or death; (b) defect or deficiency caused by willful misconduct or negligence on the part of the contractor; or (c) circumstances where the contract expressly provides a right to damages, indemnification or reimbursement.
To the maximum extent permitted by applicable law, the contractor’s liability under this contract for loss or damages to government property caused by use of any defective or deficient supplies, products, equipment and/or services delivered under this contract shall not exceed the greater of $______________ or ____________ times the amount of money paid to the contractor under this contract during the twelve month period preceding the event or circumstance giving rise to such liability. The contractor will not be liable under this contract for any indirect, incidental, special or consequential damages, or damages from loss of profits, revenue, data or use of the supplies, equipment and/or services delivered under this contract. The above limitation of liability is per incident. The limitation and exclusion of damages in the foregoing sentences will not apply, however, to liability arising from: (a) personal injury or death; (b) defect or deficiency caused by willful misconduct or negligence on the part of the contractor; or (c) circumstances where the contract expressly provides a right to damages, indemnification or reimbursement.
By participating in this procurement, bidders/offerors certify that they are not currently debarred by the federal government, the Commonwealth of Virginia, or any local government or public authority from submitting bids or proposals on contracts for the type of goods and/or services covered by this solicitation. Bidder/Offeror further certifies that they are not debarred from filling any order or accepting any resulting order, and they are not an agent of any person or entity that is currently so debarred. If a non-debarred bidder/offeror entity is used for the purpose of circumventing the debarment status of another bidder/offeror, the non-debarred bidder/offeror will be debarred for the same time period as the previously debarred bidder/offeror.
The contractor is in default upon any material failure to comply with the terms of the contract. In case of failure to deliver goods or services in accordance with the contract terms and conditions, the City, after written notice to the contractor, may procure them from other sources and hold the contractor responsible for any resulting additional purchase and administrative costs.
Does not apply.
Applicable for all contracts over $10,000. During the performance of any contract resulting from this solicitation, the contractor agrees as follows: (i) to provide a drug-free workplace for the contractor’s employees; (ii) to 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 such 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 this paragraph in every subcontract or purchase order of over $10,000, so that such provisions will be binding upon each subcontractor or vendor. For the purposes of this paragraph, “drug-free workplace” means a site for the performance of work done in connection with the contract awarded to a contractor in accordance with this procurement transaction, where the contractor’s employees 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.
Does not apply.
Does not apply.
In the case of an error in the extension of prices, the unit price shall govern.
Does not apply.
The bidder/offeror certifies that their bid/proposal is made without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other bidder/offeror, supplier, manufacturer or subcontractor in connection with their bid, and that they have not conferred on any public employee having official responsibility for this procurement transaction any payment, loan subscription, advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value was exchanged.
Does not apply.
This procurement transaction, and any resulting contract, shall be governed by the Code of the City of Charlottesville and the laws of the Commonwealth of Virginia. Any litigation arising out of this procurement transaction must be brought and prosecuted in the federal, state, or local court(s) having jurisdiction within the City of Charlottesville.
Bidders/Offerors are required to comply with the City of Charlottesville’s Idling Reduction Policy for Motor Vehicles and Equipment, policy number 100-12. This policy is available online at https://www.charlottesville.gov/DocumentCenter/View/521/Idling-Reduction-Policy-100-12-DOC.
Does not apply.
The bidder/offeror shall not, during the performance of the Contract, knowingly employ an unauthorized alien as defined in the federal Immigration Reform and Control Act of 1986.
Substitution of a product, brand or manufacturer after the award of contract is expressly prohibited unless approved in advance, in writing, by the City. The City may, at its discretion, require the contractor to provide a substitute item of equivalent or better quality subject to the approval of the City, for a price no greater than the contract price, if the product for which the contract was awarded becomes unavailable to the contractor.
If the City is closed for business at the time scheduled for bid opening, for whatever reason, bids with a bid opening day/time separate from the deadline for submission of bids will be opened on the next scheduled business day, at the originally scheduled time. Bids shall be submitted electronically through the City's OpenGov portal prior to the deadline for submission.
Quantities set forth in this solicitation are estimates only, and the contractor shall supply at bid prices actual quantities as ordered, regardless of whether such total quantities are more or less than those shown.
Contractor hereby assumes, and shall defend, indemnify, save, and hold harmless the City and all of its officers, agents, employees, licensees, and invitees from and against any and all liability, loss, claim, suit, damage, charge, or expense (including court costs and attorney’s fees), however caused, resulting from or in any way connected with actions of the Contractor in the performance of its obligations under any contract resulting from this solicitation, or which occurs as a consequence of any negligence, omission, or misconduct of the Contractor or any of Contractor’s subcontractors, agents, or employees in the performance of work under said contract, regardless of whether such loss or expense is caused in part by a party indemnified hereunder. This indemnification survives the termination of the contract.
Does not apply.
Contract shall be for three years beginning July 20, 2026 with the option to renew under the terms of the original agreement for up to seven additional one-year terms if agreed upon in writing by both parties. Prior to the expiration date of the initial contract or any subsequent renewal, the Contractor may request price adjustments to be effective during the upcoming contract period. Price increases shall be limited to no more than the percentage increase in the Consumer Price Index for Urban Wage Earners and Clerical Workers (CPI-W), U.S. City Average, All Items, Not Seasonally Adjusted, for the most recently published 12 months as published by the U.S. Bureau of Labor Statistics. The base price to which any adjustments will be made shall be the price in effect during the contract term prior to the proposed term.
The bidder/offeror is responsible for thorough examination of the documents and the project site prior to responding to the solicitation. Bidders/offerors will not be allowed extra compensation for conditions which could have been determined by examination of the documents and/or the site prior to submission of bids.
A Safety Data Sheet (SDS) is required for all chemicals proposed to be furnished during the performance of this contract. The SDS must list all ingredients that constitute more than 1% of the product, or 0.1% for known or suspected carcinogens; identify the product by common or chemical name; provide physical and chemical characteristics of any hazardous components; list any known acute or chronic health effects; and specify exposure limits, precautionary measures, and emergency and first aid procedures.
Consistent with the solicitation and contract, the Contractor/Professional agrees to obtain and keep in effect at all times during the term of this Contract the insurance policies indicated below:
NOTES REGARDING REQUIRED INSURANCE:
Effect of insurance: Compliance with insurance requirements shall not relieve Contractor/Professional of any responsibility to indemnify the City for any liability to the City, as specified in any other provision of the Contract.
Contractor and any subcontractors shall obtain or maintain all permits, licenses, and certifications required by applicable federal, state, and local laws for provision of the goods/services to be provided by any contract resulting from this solicitation, will maintain the permits, licenses, and certifications for the duration of the contract period or as otherwise required, and will provide a copy of any license, permit, or certification upon request by the City. The bid shall include in the price the cost of any required license, permit, certification or fees.
Does not apply.
Does not apply.
Unless all bids are cancelled or rejected, the City reserves the right granted by Code of Virginia § 2.2-4318 to negotiate with the lowest responsive, responsible bidder to obtain a contract price within the funds available to the City whenever such bid exceeds the City’s available funds. For purposes of this section, “available funds” shall mean those funds that were budgeted by the City for this contract prior to the issuance of the Invitation for Bids. Negotiations with the lowest responsive, responsible bidder may include modifications of the bid price and/or the Scope of Work/Specifications. The City shall initiate such negotiations by written notice to the lowest responsive, responsible bidder. The times, places, and manner of negotiating shall be agreed to by the City and the lowest responsive, responsible bidder.
The City may terminate any agreement resulting from this solicitation at any time, for any reason, upon 30 days’ advance written notice to the Contractor. In the event of such termination, the Contractor shall be compensated for services and work performed prior to the effective date of the termination. Receipt of the notice does not affect Contractor’s obligations under the contract, including fulfillment of outstanding orders, up to the effective date of the termination.
Unless otherwise noted, any goods that are the subject of a solicitation and for which a bid is submitted shall be new, unused, and of current production and standard to the manufacturer. Where any part or nominal appurtenances of goods are not described it shall be understood that all equipment and appurtenances standard to or recommended by the manufacturer for complete and safe use shall be included as part of this bid.
By submitting their bids, bidders certify to the City that they will conform to the Federal Civil Rights Act of 1964, the Virginia Fair Employment Contracting Act of 1975, the Virginians with Disabilities Act, the Americans with Disabilities Act, and Code of Virginia § 2.2-4343.1(E). During the performance of any contract resulting from this solicitation, the Contractor agrees that the Contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, sexual orientation, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation 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 nondiscrimination clause. The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, will state that such Contractor is an equal opportunity employer. Notices, advertisements, and solicitations placed in accordance with federal law, rule, or regulation are sufficient for the purpose of meeting the requirements of this section. The Contractor will include these provisions in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor.
Does not apply.
Does not apply.
All information, documents, and electronic media furnished by the City to the Contractor belong to the City, are furnished solely for use in connection with the Contractor’s provision of goods/services required by the contract, and shall not be used or disclosed by the Contractor or with any other person or entity except with advance written permission by the City. All documents and electronic media furnished by the Contractor to the City are the sole property of the City, free of any retention rights of the Contractor, and free of any copyright claims, trade secrets, or any other proprietary rights.
Does not apply.
The following General Terms and Conditions shall apply in all instances: GOVERNING LAW AND VENUE, NONDISCRIMINATION, ETHICS IN PUBLIC CONTRACTING, IMMIGRATION REFORM AND CONTROL ACT OF 1986, DEBARMENT STATUS, ANTITRUST, CLARIFICATION OF TERMS, PAYMENT. In the event there is a conflict between any of the other General Terms and Conditions and any Special Terms and Conditions in this solicitation, the Special Terms and Conditions shall apply.
Any damage to existing utilities, equipment, finished surfaces, property and facility resulting from the performance of this contract shall be repaired to the City’s satisfaction at the contractor’s expense.
Except as otherwise provided, all records relating to the City’s procurement transactions shall be open to public inspection in accordance with the Virginia Freedom of Information Act and the Virginia Public Procurement Act. 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 the City 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. Trade secrets or proprietary information submitted by a bidder in shall not be subject to public disclosure provided that the bidder timely invoked the protection of Code of Virginia § 2.2-4342(F) prior to or upon submission of the information to the City, in the manner required by that statute.
The City may make such reasonable investigations as deemed necessary to determine the ability of the bidder/offeror to perform the services/furnish the goods and the bidder/offeror shall provide to the City all such information for this purpose as may be requested. The City reserves the right to inspect bidder’s/offeror’s physical facilities prior to award. The City further reserves the right to reject any bid if the evidence submitted by, or investigations of, such bidder/offeror fails to satisfy the City that such bidder/offeror is qualified to carry out the obligations of the contract.
The City reserves the right to accept or reject any or all bids in whole or in part and to waive any informality in the bid. "Informality" means a minor defect or variation from the exact requirements, which does not affect the price, quality, quantity or delivery schedule.
Nothing contained in this Contract shall be deemed to effect a waiver of the City’s sovereign immunity under law.
Pursuant to Code of Virginia § 2.2-4311.2(B), a bidder/offeror organized or authorized to transact business in the Commonwealth pursuant to Title 13.1 or Title 50 is required to include in its bid or proposal the identification number issued to it by the State Corporation Commission (SCC), or a statement describing why the bidder is not required to be so authorized.
Include only taxes applicable to the project in this bid/proposal. The City is exempt from state sales taxes and federal excise taxes. A Certificate of Exemption indicating the City’s tax-exempt status will be furnished upon request.
The City reserves the right to conduct any test or inspection to assure goods and services conform to the required specifications.
All prices submitted must reflect that any required goods will be transported as “FOB Destination - Freight Prepaid and Allowed.” By submitting their bids/proposals, all bidders/offerors certify that the price offered for FOB Destination includes only the actual freight rate costs at the best rate and is based upon the actual weight of the goods to be shipped. Except as otherwise specified herein, standard commercial packaging, packing and shipping containers shall be used. All shipping containers shall be legibly marked or labeled on the outside with purchase order number, commodity description, and quantity.
Unless otherwise provided in this solicitation, the name of a certain brand, make or manufacturer does not restrict bidders/offerors to the specific brand, make or manufacturer named, but conveys the general style, type, character, and quality of the article desired. Any article that the City, in its sole discretion, determines to be the equal of that specified, considering quality, workmanship, economy of operation, and suitability for the purpose intended, shall be accepted. The bidder/offeror is responsible to clearly and specifically identify the product being offered and to provide sufficient descriptive literature, catalog cuts and technical detail to enable the City to determine if the product offered meets the requirements of the solicitation. This is required even if offering the exact brand, make or manufacturer specified. Failure to furnish adequate data for evaluation purposes may result in a finding that the bid is nonresponsive. Unless the bidder clearly indicates in its bid/proposal that the product offered is an equal product, such bid, proposal will be considered to offer the brand name product referenced in the solicitation.
The City’s SAP electronic solution offers vendor self-service registration. Vendors are not required to register prior to bidding; however, purchase orders cannot be issued and payment cannot be processed to a non-registered vendor. To register, go to https://www.charlottesville.gov/299/Vendor-Registration.
Please enter the following information for the primary contact for this bid even if the same as on the profile submitting:
Please indicate the length of time (in months and years) the company has been in business providing this type of good or service.
If your company has not yet been in business for 1 full year, please still state 0 years and the number of months.
EXAMPLE:
0 Years and 9 Months
Please upload a printout from SAM.gov to confirm that your company currently has no active exclusions. The printout must be no greater than 7 calendar days prior to the due date of this bid.
Select one of the below options. If Option 1 is selected, please provide your entity's Virginia SCC identification number in the next question. If any other option is selected, input "N/A" in the next question.
Enter your entity's SCC number if you are registered with the Virginia SCC. If not, enter N/A.
Please download the below documents, complete, and upload.
Please enter your Private Security Services Business License Number issued by the Department of Criminal Justice Services.
Please enter the Private Security Services Business License Numbers issued by the Department of Criminal Justice Services for any subcontractors you will be using.
If N/A then simply state "N/A".
Indicate a listing of at least 4 current or recent accounts/clients, either commercial or governmental, that your company is servicing, has serviced, or has provided similar goods. For each entry please be sure to Include:
It is an important business objective of the City of Charlottesville to promote the economic enhancement of small businesses (SBE) and micro businesses (O), women-owned businesses (WBE), minority-owned businesses (MBE), employment services organization (ESO) and veteran-owned businesses (VBE). The City’s ability to track the amount of business received by SBE, O, WBE, MBE, ESO, and VBE businesses, whether as a prime contractor or a subcontractor, is dependent upon the business community partnering with us in this important endeavor.
If you anticipate subcontracting to any of these businesses in the performance of this contract, you are requested to report the total dollars anticipated to be subcontracted to each type of business. Failure to provide this information may result in the application of stronger requirements on bidders to assure that SBE, O, WBE, MBE, ESO, and VBE businesses receive benefits from City contracts.
If you or your corporation/company/partnerships are a SBE, O, WBE, MBE, ESO, or VBE, please check the applicable following boxes. If you do not meet the requirements for any of those options, please select "NONE".
If your answer to the previous question indicates that you or your corporation/company/partnership are one or more of the options (SBE, O, WBE, MBE, ESO, or VBE) then please indicate your certification number and expiration date here using the following format:
CERTIFICATION #:
<State your Certification #>
EXPIRATION DATE:
<State the expiration date of your certification(s)>
If certified by other than the Virginia Department of Small Business and Supplier Diversity provide the Name and Contact information, including Phone Number and Website of Certifying Agency.
Report the amount of work (in USD) that you intend to subcontract to any SBE for this project if a contract is awarded to your company. If you do not intend to sub-contract to any such firms, even if you are an SBE, O, WBE, MBE, ESO or VBE, then enter $0.
Report the amount of work (in USD) that you intend to subcontract to any O for this project if a contract is awarded to your company. If you do not intend to sub-contract to any such firms, even if you are an SBE, O, WBE, MBE, ESO or VBE, then enter $0.
Report the amount of work (in USD) that you intend to subcontract to any WBE for this project if a contract is awarded to your company. If you do not intend to sub-contract to any such firms, even if you are an SBE, O, WBE, MBE, ESO or VBE, then enter $0.
Report the amount of work (in USD) that you intend to subcontract to any MBE for this project if a contract is awarded to your company. If you do not intend to sub-contract to any such firms, even if you are an SBE, O, WBE, MBE, ESO or VBE, then enter $0.
Report the amount of work (in USD) that you intend to subcontract to any ESO for this project if a contract is awarded to your company. If you do not intend to sub-contract to any such firms, even if you are an SBE, O, WBE, MBE, ESO or VBE, then enter $0.
Report the amount of work (in USD) that you intend to subcontract to any VBE for this project if a contract is awarded to your company. If you do not intend to sub-contract to any such firms, even if you are an SBE, O, WBE, MBE, ESO or VBE, then enter $0.
If you do not plan to utilize such firms in this contract, please state your reasons.
If you are planning to utilize such firms then please simply state "N/A" here.
Please upload any required bid documentation here that has not been addressed elsewhere in this documentation.
I hereby certify, under penalty of perjury:
I am authorized to act on behalf of and bind the company or other entity submitting this bid, and this bid is not the result of, or affected by, any act of collusion with another person engaged in the same line of business or commerce, or any act of fraud punishable under the Virginia Governmental Frauds Act.
For any additional information requested or required by any of your previously provided answers please upload that additional documentation here.
Do any of the goods offered in or as a result of your bid/proposal contain recycled materials?
You have indicated that goods offered in or as a result of your bid/proposal contain recycled materials. Please qualify the recycled material content.
Bidder/offeror hereby certifies that all information provided within this submission is accurate to the best of their knowledge and that they have the authority to submit a bid/proposal on behalf of the stated Company and bind the Company to the information contained within said submission.
Is this solicitation for installation, service, maintenance, or design of security equipment? Is it for any sort of security officer or private investigator or security service that requires the contractor to have a Private Security Services Business License issued by the Department of Criminal Justice Services under the Code of Virginia § 9.1-139?
Does the City want to reserve the right to make multiple awards as a result of this solicitation?
Is there federal funding involved with this IFB or Contract that will result from this IFB?
Does the City's Living Wage requirement apply to this solicitation?
Will this solicitation or its contract result in deliveries being made to City Hall or Annex? Answering "YES" will provide the Commercial Loading Zone attachment as Attachment BB. An answer of "NO" will not provide the attachment with this project.
NOTE: If you are using this section, it should be on an exception basis and review by both Risk Management and Legal Counsel is MANDATORY before including it in a solicitation or contract.
THE CONTRACTOR WILL NOT BE LIABLE:
A contract officer may use this clause in a contract when negotiations suggest that liability may be an issue, but the risk and liability to the Commonwealth is negligible. Examples include, but are not limited to, office supplies and equipment, paper products, printing, furniture, audio/visual equipment, consultant services, media services, equipment maintenance, etc. In certain circumstances, a contract officer may include this clause in a solicitation after consulting with risk management and legal counsel. Note: The clause may be modified, as applicable, depending on the intended use of the goods and/or services.
THE CONTRACTOR WILL BE LIABLE:
A contract officer may use this clause in a contract when negotiations suggest that liability will be an issue and the risk and liability to the Commonwealth is extensive. Examples include, but are not limited to: software; hardware; two-way communication devices; telephone equipment; medical, dental, and laboratory equipment and supplies; elevator maintenance and inspection services; food service; medical service; etc. Caution: The potential risk must be calculated in dollars and indicated in the first blank. Delete the remaining part of the sentence. If the risk value cannot be determined within a reasonable amount and the contract is for indefinite quantity (e.g., annual contract), estimate the approximate annual value and fill in the dollar amount. Enter a multiplication factor in the second blank, such as two (2) or some other reasonable number. In rare circumstances, a contract officer may include this clause in a solicitation after consulting with risk management and legal counsel. Note: The clause may be modified, as applicable, depending on the intended use of the goods and/or services.
Does this IFB have a high probability to include the purchase of recycled materials?
The following Insurance Requirements section is for the Risk Manager to review and modify. The drafter should not modify the text in the text boxes in this section. When Insurance Requirements are ready for review, invite the Risk Manager as a collaborator with Edit access from the main project page.
Does this solicitation require Automobile Liability insurance? If yes, leave default value. If no, type "Does not apply."
Does this solicitation require Umbrella Liability Insurance? If yes, input the dollar amount into the default value. If no, delete default value and type "Does not apply."
Does this solicitation require Professional Liability Insurance? If yes, input the dollar amount into the default value. If no, delete default value and type "Does not apply."
Does this solicitation require Cyber Liability Insurance? If yes, input the dollar amount into the default value. If no, delete default value and type "Does not apply."
Does this solicitation require Abuse and Molestation Liability Insurance? If yes, input the dollar amount into the default value. If no, delete default value and type "Does not apply."
Does this solicitation require Pollution Liability Insurance? If yes, input the dollar amount into the default value. If no, delete default value and type "Does not apply."
Does this solicitation require Explosion, Collapse, and Underground Property Damage Liability Insurance? If yes, input the dollar amount into the default value. If no, delete default value and type "Does not apply."
Does this solicitation require Builder's Risk Insurance? If yes, input the dollar amount into the default value. If no, delete default value and type "Does not apply."
Q (Page 6, Section I, Subsection A & B ): Is the max of 10%/ $25000 increase per year or for the entire contract length?
A: For the entire contract length. Correction (Please see updated response below): In regard to the maximum 10% or $25,000 increase, this limit applies neither per year nor over the entire contract term; rather, it applies to each individual Change Order modification.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.