SLED Opportunity · VIRGINIA · CITY OF CHESAPEAKEVA

    Landscape Supplies, Chemicals and Fertilizers Discount Catalog Bid

    Issued by City of Chesapeakeva
    cityRFQCity of ChesapeakevaSol. 247655
    Closed
    STATUS
    Closed
    due Apr 22, 2026
    PUBLISHED
    Apr 15, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    424930
    AI-classified industry

    AI Summary

    City of Chesapeake seeks bids for a discount-from-catalog contract for landscape supplies including chemicals, fertilizers, seeds, athletic field materials, and irrigation products. The contract is for two years with no renewals and allows multiple awards. Vendors must provide percentage discounts off catalog prices.

    Opportunity details

    Solicitation No.
    247655
    Type / RFx
    RFQ
    Status
    open
    Level
    city
    Published Date
    April 15, 2026
    Due Date
    April 22, 2026
    NAICS Code
    424930AI guide
    Agency
    City of Chesapeakeva

    Description

    The City of Chesapeake is seeking bids from qualified vendors to establish a discount‑from‑catalog contract for various landscape supplies, including chemicals, fertilizers, seeds, athletic field materials, irrigation products, and related items. Vendors will provide percentage‑off catalog pricing for the categories included in this solicitation. The resulting contract(s) will allow the City to purchase items on an as‑needed basis at the awarded discount rates.

    Project Details

    • Reference ID: 26-206-4342
    • Department: Parks Rec and Tourism
    • Department Head: TBD (TBD)

    Important Dates

    • Questions Due: 2026-04-20T18:00:00.000Z

    Evaluation Criteria

    • CLARIFICATION OF TERMS

      If any bidder/offeror has questions about the specifications or other solicitation documents, the bidder/offeror should contact the buyer whose name appears on the face of the solicitation no later than 5 working days before the due date.  Any revisions to the solicitation will be made only by addendum issued by the City.

    • AWARD

      The City reserves the right to make multiple awards as a result of this solicitation. The award(s) will be made to the highest ranked offerors or lowest responsive and responsible bidder (as applicable) who meet the requirements of the solicitation. 

    • Scope of Work

      2.1. Scope of Work – Discount Catalog Bid

      The Contractor shall provide the City of Chesapeake with a discount‑from‑catalog pricing structure for all products offered under this contract. Bidders shall submit:

      • A catalog (digital or printed) or URL to an online catalog
      • The percentage discount(s) off the catalog list price for each product category
      • Any additional terms associated with catalog pricing (e.g., exclusions, special items, freight terms)

      Product Categories

      Catalog categories shall include, but are not limited to:

      • Chemicals (ice melt, herbicides, insecticides, fertilizers, fungicides)
      • Seeds for various grass and turf areas
      • Athletic field bulk materials (sand, clay, infield mix)
      • Irrigation products
      • Landscape hand tools

      Additional Requirements

      • The City reserves the right to make awards to multiple Contractors based on discount, catalog offerings, and overall value.
      • No minimum order quantity or minimum dollar amount per order shall be required.
      • Items shall be delivered or made available for local pickup within ten (10) business days. If an item is unavailable, a comparable replacement may be proposed with prior City approval.
      • All invoices must clearly identify the purchase order number issued by the City of Chesapeake.
      • Contractors shall honor the stated catalog discount(s) for the full contract term unless otherwise approved by the City.
      • Updated catalogs may be submitted during the contract term; however, the awarded discount(s) shall continue to apply.

    • Period of Performance

      Two (2) Years from Date of Execution with No Renewal Options.

    • MANDATORY USE OF CITY FORM

      Failure to submit a bid on the official City form provided for that purpose shall be a cause for rejection of the proposal. Modification of or additions to any portion of the proposal may be cause for rejection of the proposal; however, the City reserves the right to decide on a case by case basis, in its sole discretion, whether to reject such a proposal as nonresponsive. As a precondition to its acceptance, the City may, in its sole discretion, request that the offeror withdraw or modify nonresponsive portions of a proposal which do not affect quality, quantity, price, or delivery. No modification of or addition to the provisions of the contract shall be effective unless reduced to writing and signed by the parties.

    • ANTITRUST

      By entering into a contract, the Consultant conveys, sells, assigns, and transfers to the City of Chesapeake 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 services acquired by the City of Chesapeake under said contract.

    • INDEFINITE DELIVERY/ INDEFINITE QUANTITY

      This solicitation is for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. All quantities of products and/or services or dollar values listed within this solicitation are estimates. Numerous factors could cause the actual volume of products and/or services under the contract to vary substantially from the estimates in the solicitation. Such factors include, but are not limited to, the following: This solicitation is a nonexclusive solicitation; There is no guarantee of volume to be purchased or required, nor is there any guarantee that demand will continue in any manner consistent with previous purchases; The individual value of the solicitation is indeterminate and will depend upon actual demand and/or need, and the actual quantities ordered during the contract period. Bidder/Offeror acknowledges the foregoing and agrees that actual purchasing volumes of products and/or services during the term of the contract could vary substantially from the estimates provided in this solicitation.

    • DEBARMENT STATUS

      By submitting their bids/proposals, bidders/offerors certify that they are not currently debarred by the Commonwealth of Virginia or any political subdivision or agency of the Commonwealth from submitting bids/proposals on contracts for the type of services covered by this solicitation, nor are they an agent of any person or entity that is currently so debarred.

    • IMMIGRATION REFORM AND CONTROL ACT OF 1986

      By submitting their (bids/proposals), (bidders/offerors) certify that they do not and will not during the performance of this contract employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986.

    • ETHICS IN PUBLIC CONTRACTING

      By submitting their bids/proposals, bidders/offerors certify that their bids/proposals are made without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other bidders/offerors, supplier, manufacturer or subcontractor in connection with their bids/proposals, 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.

    • ANTI-DISCRIMINATION

      By submitting their proposals, offerors certify to the City that they will conform to the provisions of the Federal Civil Rights Act of 1964, as amended, as well as the Virginia Fair Employment Contracting Act of 1975, as amended, where applicable, the Virginians with Disabilities Act, the Americans With Disabilities Act and § 2.2-4311 of the Virginia Public Procurement Act (VPPA). If the award is made to a faith-based organization, the organization shall not discriminate against any recipient of goods, services, or disbursements made pursuant to the contract on the basis of the recipient's religion, religious belief, refusal to participate in a religious practice, or on the basis of race, age, color, gender or national origin and shall be subject to the same rules as other organizations that contract with public bodies to account for the use of the funds provided; however, if the faith-based organization segregates public funds into separate accounts, only the accounts and programs funded with public funds shall be subject to audit by the public body (Code of Virginia, § 2.2-4343.1E).

      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, religion, color, sex, sexual orientation, gender identity, national origin, age, disability, or any other basis prohibited by state law or federal 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
      2. 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.
      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 a., above in every subcontract or purchase order over $10,000, so that the provisions will be binding upon each subcontractor or vendor.
    • APPLICABLE LAWS AND COURTS
      1. This solicitation and any resulting contract shall be governed in all   respects by the laws of the Commonwealth of Virginia, and any litigation with respect thereto shall be brought in in the courts of the City of Chesapeake, Virginia, or the United States District Court for the Eastern District of Virginia, if independent federal jurisdiction exists.  The Consultant shall comply with all applicable federal, state and local laws, rules and regulations.  This solicitation is governed by provisions of Chapter 54 of the Chesapeake City Code, and any revisions thereto, which are hereby incorporated into this contract by reference.  Contact the Purchasing Division at (757) 382-6359, for more information. The City Code may be read online at https://library.municode.com/va/chesapeake/codes/code_of_ordinances.
    • PROCUREMENT ORDINANCE

      This solicitation is subject to the provisions of the City of Chesapeake Procurement Ordinance and Chesapeake Purchasing Policies and Procedures Manual. A copy of the City’s ordinance and Chesapeake Purchasing Policies and Procedures Manual is available for review at the purchasing office or accessible on the Internet at www.CityOfChesapeake.net/Purchasing.

    • PAYMENT
      1. To Consultant:
        1. Invoices for services rendered shall be submitted by the Consultant directly to the payment address shown on the purchase order/contract.  All invoices shall show the City contract number and/or purchase order number; social security number (for individual Consultants) or the federal employer identification number (for proprietorships, partnerships, and corporations). 
        2. Any payment terms requiring payment in less than 30 days will be regarded as requiring payment 30 days after invoice or delivery, whichever occurs last.  This shall not affect offers of discounts for payment in less than 30 days, however.
        3. All services provided under this contract or individual purchase order, that are to be paid for with public funds, shall be billed by the Consultant at the contract price, regardless of which City department is being billed.
        4. The following shall be deemed to be the date of payment: the date of postmark in all cases where payment is made by mail, or the date of offset when offset proceedings have been instituted as authorized under the Virginia Debt Collection Act.
        5. Unreasonable Charges.  Under certain emergency procurements and for most time and material purchases, final job costs cannot be accurately determined at the time orders are placed.  In such cases, Consultants should be put on notice that final payment in full is contingent on a determination of reasonableness with respect to all invoiced charges.  Charges which appear to be unreasonable will be researched and challenged, and that portion of the invoice held in abeyance until a settlement can be reached.  Upon determining that invoiced charges are not reasonable, the City shall promptly notify the Consultant, in writing, as to those charges which it considers unreasonable and the basis for the determination.  A Consultant may not institute legal action unless a settlement cannot be reached within 30 days of notification.  The provisions of this section do not relieve a department of its prompt payment obligations with respect to those charges which are not in dispute (Code of Virginia, § 2.2-4363).
      2. To Subcontractors: 
        1. A Consultant awarded a contract under this solicitation is hereby obligated:
          1. To pay the subcontractor(s) within 7 days of the Consultant’s receipt of payment from the City for the proportionate share of the payment received for work performed by the subcontractor(s) under the contract; or
          2.  To notify the Purchasing Division and the subcontractor(s), in writing, of the Consultant’s intention to withhold payment and the reason.
        2. The Consultant is obligated to pay the subcontractor(s) interest at the rate of one percent per month (unless otherwise provided under the terms of the contract) on all amounts owed by the Consultant that remain unpaid 7 days following receipt of payment from the City, except for amounts withheld as stated in (a)(2) above.  The date of mailing of any payment by U.S. Mail is deemed to be payment to the addressee.  These provisions apply to each sub-tier consultant performing under the primary contract.  A Consultant’s obligation to pay interest to a subcontractor shall not be construed as an obligation of the City.
    • CLAIMS

      In the event that a different administrative claim resolution process is not provided in the solicitation, the following claim process shall apply.  In the event of a contractual dispute, Consultant must submit a written notice of the dispute specifically entitled “notice of intent to file a claim” within ten (10) days of the occurrence on which the claim is based to the City Manager or designee.  No more than thirty (30) days from the occurrence on which the claim is based, the Consultant must submit a written statement of the basis of the claim together with a proposed remedy and all supporting evidence of the claim to the City Manager or designee.  The timely and complete filing of the notice and claim are a prerequisite to recovery by the Consultant, and failure to follow the claim process stated herein shall operate as a conclusive waiver of the claim by the Consultant.  Oral notice, the actual knowledge of a City employee or official, or an untimely or incomplete written notice and claim shall not be sufficient to satisfy the requirements of this provision.

      The Consultant may not institute legal action prior to the receipt of a final written decision by the City Manager or designee unless the City Manager or designee fails to render a decision within ninety (90) days of the submission of the claim.  Failure of the City Manager or designee to render a decision within ninety (90) days shall be deemed a denial. 

      The decision of the City Manager or designee shall be final and conclusive unless the Consultant appeals within six (6) months of the date of the final decision (or time specified for a final decision if no response is made) by instituting legal action as provided by Va. Code Section 2.2-4364. 

      The parties’ contract and their performance obligations shall be governed, interpreted and enforced pursuant to the laws and regulations of, and in accordance with the laws of the Commonwealth of Virginia without regard to the conflicts of law principles thereof.  The Consultant shall carry on the work and adhere to the progress schedule during all disputes or disagreements with the City.  No work shall be delayed or postponed pending resolution of any disputes or disagreements, except as the City and the Consultant may otherwise agree in writing.

    • PRICE ESCALATION/DE-ESCALATION

      Price adjustments may be permitted for changes in the contractor’s cost of materials/labor not to exceed the increase in the following index: CPI-U: Other Goods and Services. No price increase will be authorized for the initial contract term. Price escalation may be permitted only at the end of the initial term and at the time of renewal and only where verified to the satisfaction of the Purchasing Administrator.

      Contractor shall give not less than 90 days advance notice of any price increase to the Purchasing Division.  Any approved price changes will be effective only at the beginning of the calendar month following the end of the full 90-day notification period.  Documentation shall be supplied in general with the contractor’s request for increase which will verify that the requested price increase is general in scope and not applicable just to the City of Chesapeake.

      The Purchasing Division will notify the using department and contractor in writing of the effective date of any increase which it approves.  However, the contractor shall fill all orders received prior to the effective date of the price adjustment at the old contract prices.  The contractor is further advised that decreases which affect the cost of materials are required to be communicated immediately to the Purchasing Division.

    • NO WAIVER OF LEGAL RIGHTS

      Neither the acceptance by the City or any representative of the City, nor any payment for or acceptance of the whole or any part of the Work, nor any extension of time, nor any possession taken by the City shall operate as a waiver of any portion of the Contract or of any power herein reserved or of any right to damages.  A waiver of any breach of the Contract shall not be held to be a waiver of or implied course of dealing applicable to any other or subsequent breach. The City reserves all rights, privileges, immunities and defenses available to it at law.

    • PRECEDENCE OF TERMS

      The General Terms and Conditions shall apply in all instances. 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.

    • QUALIFICATIONS OF BIDDERS/OFFERORS

      The City may make such reasonable investigations as deemed proper and necessary to determine the ability of the offerors to perform the services and the offerors shall furnish to the City all such information and data for this purpose as may be requested. The City reserves the right to inspect offerors’ physical facilities prior to award to satisfy questions regarding the offerors’ capabilities. The City further reserves the right to reject any proposals if the evidence submitted by, or investigations of, such offerors fails to satisfy the City that such offerors is properly qualified to carry out the obligations of the contract and to provide the services contemplated therein.

    • LABELING OF HAZARDOUS SUBSTANCES

      If the items or products requested by this solicitation are “Hazardous Substances” as defined by § 1261 of Title 15 of the United States Code (U.S.C.) or “Pesticides” as defined in § 136 of Title 7 of the United States Code, then the bidder/offeror, by submitting his bid/proposal, certifies and warrants that the items or products to be delivered under this contract shall be properly labeled as required by the foregoing sections and that by delivering the items or products the bidder/offeror does not violate any of the prohibitions of Title 15 U.S.C. § 1263 or Title 7 U.S.C. § 136.

    • MATERIAL SAFETY DATA SHEETS

      Material Safety Data Sheets and descriptive literature shall be provided with the bid/proposal for each chemical and/or compound offered. Failure on the part of the bidder/offeror to submit such data sheets may be cause for declaring the bid/proposal as nonresponsive.

    • TESTING AND INSPECTION

      The City reserves the right to conduct any test or inspection it may deem advisable to assure goods and services conform to the specifications.

    • ASSIGNMENT OF CONTRACT

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

    • CHANGES TO THE CONTRACT

      Changes can be made to the contract in any of the following ways, provided that City staff other than the Procurement Administrator, City Manager, or designee shall have no authority to approve or order changes in the work that alter the terms and conditions of the Contract, except for changes permitted by the Chesapeake Purchasing Policies and Procedures Manual as to contract time or price that are mutually agreed and reduced to a written change order or contract modification:

      1. The parties may agree in writing to modify the terms or conditions of the contract.  Any additional services to be provided shall be of a sort that is ancillary and directly related to the contract services, or within the same product or service categories as were included in the contract award.  Any increase or decrease in the price of the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement to modify the contract.
      2. The Purchasing Division may order changes within the general scope of the contract at any time by written notice to the Consultant.  Changes within the scope of the contract include, but are not limited to, things such as services to be performed.  The Consultant shall comply with the notice upon receipt, unless the Consultant intends to claim an adjustment to compensation, schedule, or other contractual impact that would be caused by complying with such notice, in which case the Consultant shall, in writing, promptly notify the Purchasing Division of the adjustment to be sought, and before proceeding to comply with the notice, shall await the Purchasing Division's written decision affirming, modifying, or revoking the prior written notice.  If the Purchasing Division decides to issue a notice that requires an adjustment to compensation, the Consultant shall be compensated for any additional costs incurred as the result of such order and shall give the Purchasing Division a credit for any savings.  Said compensation shall be determined by one of the following methods:
        1. By mutual agreement between the parties in writing; or
        2. By agreeing upon an hourly rate or a unit price, or, using an hourly rate or unit price set forth in the contract, if the work to be done can be expressed in hourly increments or units, and the Consultant accounts for the number of hourly increments or units of work performed, subject to the Purchasing Division’s right to audit the Consultant’s records and/or to determine the correct number of units independently; or
        3. By ordering the Consultant to proceed with the work and keep a record of all costs incurred and savings realized.  A markup for overhead and profit may be allowed if provided by the contract.  The same markup shall be used for determining a decrease in price as the result of savings realized.  The Consultant shall present the Purchasing Division with all vouchers and records of expenses incurred and savings realized.  The Purchasing Division shall have the right to audit the records of the Consultant as it deems necessary to determine costs or savings.  If the parties fail to agree on an amount of adjustment, the question of an increase or decrease in the contract price or time for performance shall be resolved in accordance with the procedures for resolving disputes provided by the Claims clause of this contract.  Neither the existence of a claim nor a dispute resolution process, litigation or any other provision of this contract shall excuse the Consultant from promptly complying with the changes ordered by the Purchasing Division or with the performance of the contract generally.
      3. Any modification of a lump sum contract price is subject to the terms of City Code Section 54-71, which provides that such a contract may not be increased by the greater of more than $10,000 or 10% of the original contract price without approval of the City Manager and notice to the City Council.
    • DEFAULT

      In case of failure to deliver services in accordance with the Contract, the City, after due oral or written notice, may procure them from other sources and hold the Consultant responsible for any resulting additional purchase and administrative costs. This remedy shall be in addition to any other remedies which the City may have.

    • TAXES

      Sales to the City are normally exempt from State sales tax. State sales and use tax certificates of exemption, Form ST-12, will be issued upon request.  Deliveries against this contract shall usually be free of Federal excise and transportation taxes.  The City’s excise tax exemption registration number is 54-072-1442.

    • DRUG-FREE WORKPLACE

      During the performance of this contract, the Consultant agrees to (i) provide a drug-free workplace for the Consultants 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 Consultants 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 Consultant that the Consultant 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 section, “drug-free workplace” means a site for the performance of work done in connection with a specific contract awarded to a Consultant, 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.

    • EMPLOYMENT DISCRIMINATION BY CONSULTANT PROHIBITED

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

      1. The Consultant will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or 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 Consultant. The Consultant agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause.
      2. The Consultant, in all solicitations or advertisements for employees placed by or on behalf of the Consultant, will state that such Consultant is an equal opportunity employer.
      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 Consultant will include the provisions of the foregoing paragraphs a, b and c in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor.
    • AVAILABILITY OF FUNDS

      It is understood and agreed between the parties herein that the City shall be bound hereunder only to the extent of the funds available or which may hereafter become available, subject to appropriations, for the purpose of this solicitation.

    • BID/PROPOSAL PRICE CURRENCY

      Unless stated otherwise in the solicitation, bidders/offerors shall state bid prices in US dollars.

    • AUTHORIZATION TO CONDUCT BUSINESS IN THE COMMONWEALTH

      A Consultant organized as a stock or non-stock corporation, limited liability company, business trust, or limited partnership or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a domestic or foreign business entity if so required by Title 13.1 or Title 50 of the Code of Virginia or as otherwise required by law. Any business entity described above that enters into a contract with a public body pursuant to the Virginia Public Procurement Act 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, to be revoked or cancelled at any time during the term of the contract. A public body may avoid any contract with a business entity if the business entity fails to remain in compliance with the provisions of this section.

    • TERMINATION OF CONTRACT

      The City may terminate the contract for cause or for convenience after giving 30 days’ notice in writing to the Consultant.  The written notice shall state whether the termination is for convenience or cause.  The notice shall be delivered by a commercial courier service or mailed certified with return receipt requested to the address listed on the bid/proposal, unless notice of a change of address has been provided to the Purchasing Division.

      1. Termination for Cause: If the Consultant should breach the contract or fail to perform the services required by the contract, the City may terminate the contract for cause by giving written notice or may give the Consultant a stated period of time within which to remedy its breach of contract.  If the Consultant shall fail to remedy the breach within the time allotted by the City, the contract may be terminated by the City at any time thereafter upon written notice to the Consultant or, in the alternative, the City may give such extension of time to remedy the breach as the City determines to be in its best interest.  The City’s forbearance by not terminating the contract because of a breach of contract shall not constitute a waiver of the City’s right to terminate, nor shall the City’s acquiescence in any future act or omission by the Consultant.  If the contract is terminated for cause, breach of contract or failure to perform, the Consultant may be subject to a claim by the City for the costs and expenses incurred in securing a replacement Consultant to fulfill the obligations of the contract.  In the event a Cure Notice is issued, the City will use the address provided to the City listed in the proposals.  It shall be the Consultant’s responsibility to notify the City in writing within 10 days of knowing a change of address.  The written notice shall include the City’s contract number and the effective date of the address change.

        In the event the Consultant breaches the contract or fails to perform the services required by the contract, in addition to terminating this contract for cause, the City reserves the right, in its sole discretion, to terminate for cause any other open contract that the Consultant has with the City.
      2. Termination for Convenience: The contract may be terminated by the City in whole or in part for the convenience of the City without a breach of contract by delivering to the Consultant a written notice of termination specifying the extent to which performance under the contract is terminated and the effective date of the termination.  Upon receipt of such a notice of termination, the Consultant must stop work, including but not limited to work performed by subcontractors, at such time and to the extent specified in the notice of termination.

        If the contract is terminated in whole or in part for the convenience of the City, the Consultant shall be entitled to those fees earned for work done prior to the notice of termination and thereafter shall be entitled to any fees earned for work not terminated, but shall not be entitled to lost profits for the portions of the contract which were terminated.  
      3. Delivery of Materials: Contract termination shall not relieve the Consultant of the obligation to deliver to the City all products or services for which the Consultant has been or will be compensated.  Unless otherwise agreed to in writing, the Consultant shall deliver the materials or other deliverables to the City within 30 days of the Notice of Termination of the Contract.  Failure to do so may result in an action for breach of contract.
      4. Compensation Due the Consultant: In event of termination, the Consultant shall be entitled to the compensation accrued to the date of termination.  Payment of the balance of the accrued compensation shall be dependent on the Consultant providing the required project material to the City.  Said fees which have been earned shall be billed to the City in accordance with the normal billing process, but in no case later than 60 days after the last work is performed.  Any termination by the City for default, found by a court of competent jurisdiction not to have been justified as a termination for default, shall be deemed a termination for the convenience of the City.

        The Consultant shall submit invoices for all such amounts in accordance with the normal billing process, but in no event later than 60 days after all services are performed.  All amounts invoiced are subject to deductions for amounts previously paid and offsets authorized by Contract.  All payments due the Consultant under this contract are subject to appropriation by the Chesapeake City Council.
    • LITIGATION WITH THE CITY

      The City in its sole discretion may choose not to make an award to an offerors who is in litigation with the City at the time of proposals evaluation. This provision also applies if any parent company, principal, officer, or wholly owned subsidiary of the offerors is in litigation with the City at the time of the proposals evaluation.

    • PRIOR DEFAULTED CONTRACTS

      The City in its sole discretion may choose not to make an award to an offeror who has previously defaulted on a contract with the City or has been debarred by another public entity. This provision also applies if any parent company, principal, officer, or wholly owned subsidiary of the bidders/offerors has previously defaulted on a contract with the City.

    • CRIMINAL CONVICTIONS

      The City in its sole discretion may choose not to make an award to an offerors if any principal, officer, director, or staff member of the firm assigned to work under a contract awarded pursuant to this solicitation has been convicted of a felony or a misdemeanor involving moral turpitude in the past 10 years.

    • INDEMNIFICATION

      Consultant agrees, for itself, its agents, servants, employees, subcontractors, and subconsultants, to perform all work hereunder or associated herewith in accordance with any and all applicable professional standards and in accordance with sound professional practice and principles.  The following provisions shall apply to the fullest extent permitted by law and regulations and shall not require indemnification for claims to the extent caused by or resulting solely from the negligence of the City, its agents, or employees.

      Consultant shall indemnify and hold harmless the City and its officers, agents, volunteers, servants, employees and officials from and against any and all liability, losses, reasonable attorney's fees and litigation expenses or other expenses suffered by any party or entity as the result of any claim found to have been caused in whole or part by the negligent or willful acts, errors, or omissions of Consultant, or those for whom Consultant is legally liable, made in the course of performing Consultant’s professional services.  With the prior approval of the City, Consultant may assume the defense of any such professional liability claim(s) made against the City, its agents, volunteers, servants, employees or officials.

      As to all matters of liability related to or arising out of this contract other than professional liability (if any), Consultant shall indemnify and hold harmless the City, its agents, volunteers, servants, employees and officials from and against any and all liability, losses, reasonable attorney's fees and litigation expenses, or other expenses suffered by any party or entity as a result of any claim found to have been caused in whole or part by the negligent or willful acts, errors, or omissions of Consultant or those for whom Consultant is legally liable. With the prior approval of the City, Consultant shall assume the defense of any such claim(s) made against the City, its agents, volunteers, servants, employees or officials.

    • ADVERTISING

      In the event a contract is awarded for supplies, equipment, or services resulting from this solicitation, no indication of such sales or services to the City will be used in product literature or advertising. Without prior written approval from the proper authority of the City, the Consultant shall not state in any of its advertising, product literature, or other promotional materials that the City or any department or agency of the City has purchased or uses its products or services.

    • AUDIT
      1. The Consultant shall retain all books, records, and other documents relative to this contract for 5 years after final payment, or until audited by the City, whichever is sooner. An auditor retained by the City or any state or federal funding source shall have full access to and the right to examine any of said materials during said period.  In the event that a project is funded by state or federal funds, the rights of audit shall also extend to respective state or federal agencies.
      2. RIGHT TO AUDIT AND RECOVERY
        1. Definition and Authority
          1. For purposes of this Agreement, “City Auditor” means the duly appointed City Auditor and includes any employee of the Audit Services Department and any third-party auditor, consultant, subject matter expert, or contractor authorized by the City Auditor to perform audit, compliance, monitoring, investigative, or data analysis services on behalf of the City.
          2. Whenever this Agreement refers to the City Auditor exercising audit rights, it includes those persons or entities acting under the authority of the City Auditor.
        2. Independent Right to Audit
          1. The City, acting through the City Auditor, shall have the right to audit, examine, inspect, and copy any books, records, documents, contracts, subcontracts, data, systems, and supporting documentation that relate to the Contractor’s performance under this Agreement.
          2. Such audit rights shall not be conditioned, limited, restricted, or unreasonably delayed by the Contractor.
          3. This right applies to all contract types, including construction, professional services, goods, and service agreements.
          4. Audit rights survive termination or expiration of this Agreement.
        3. Access to Records and Data
          1. The Contractor shall maintain complete and accurate records related to this Agreement and shall provide full and timely access to such records upon request.
          2. Access shall include financial records, billing records, supporting documentation, electronic data, system-generated reports, and records maintained by subcontractors performing work under this Agreement.
          3. Upon request, electronic data shall be provided in a complete, machine-readable format reasonably suitable for independent analysis.
          4. The Contractor shall not require the City to rely solely on summaries in lieu of underlying source data.
          5. The Contractor shall ensure that all subcontractors performing work under this Agreement provide the same access to records required herein.
        4. Audit Methodology
          1. The City Auditor shall determine the scope of audit procedures and may use risk-based, targeted, or statistically valid sampling methods.
          2. Audit findings shall not be rejected solely because sampling was used.
        5. Record Retention
          1. The Contractor shall retain all records related to this Agreement for at least five (5) years after final payment or termination of the Agreement, or until any audit initiated within that period is completed and resolved, whichever is later.
          2. If a longer retention period is required by law or funding source, the longer period shall apply.
      3. RECOVERY
        1. Repayment of Overcharges or Improper Payments
          1. If an audit identifies overcharges, duplicate payments, improper billings, non-compliant charges, pricing errors, or payments inconsistent with the terms of this Agreement, the Contractor shall reimburse the City for the full amount identified.
          2. If audit findings indicate that identified errors are systemic in nature, the Contractor shall review the full population of affected transactions and reimburse the City for the total amount determined to be due.
          3. Repayment shall not be contingent upon Contractor agreement with audit sampling methodology where such methodology is consistent with this Agreement.
        2. Timeframe for Repayment
          1. Repayment shall be made within thirty (30) days of written notice of final audit findings.
        3. Interest on Late Repayment
          1. Amounts not repaid within thirty (30) days shall accrue interest at the statutory rate applicable to local government obligations, calculated from the date repayment was due.
        4. Offset
          1. The City may offset amounts owed to it against current or future payments due under this Agreement.
    • BID/PROPOSAL ACCEPTANCE PERIOD

      Any bids/proposals in response to this solicitation shall be valid for 90 days. At the end of the 90 days the bids/proposals may be withdrawn at the written request of the bidders/offerors. If the bids/proposals is not withdrawn at that time it remains in effect until an award is made or the solicitation is canceled.

    • CONFIDENTIALITY OF PERSONALLY IDENTIFIABLE INFORMATION

      The Consultant assures that information and data obtained as to personal facts and circumstances related to patients or clients will be collected and held confidential, during and following the term of this agreement, and unless disclosure is required pursuant to court order, subpoena or other regulatory authority, will not be divulged without the individual’s and the City’s written consent and only in accordance with federal, state, and City Code. Consultants who utilize, access, or store personally identifiable information as part of the performance of a contract are required to safeguard this information and immediately notify the City of any breach or suspected breach in the security of such information. Consultants shall allow the City to both participate in the investigation of incidents and exercise control over decisions regarding external reporting. Consultants and their employees working on this project may be required to sign a confidentiality statement.

    • E-VERIFY PROGRAM

      Pursuant to Code of Virginia, §2.2-4308.2., any employer with more than an average of 50 employees for the previous 12 months entering into a contract in excess of $50,000 with any agency of the Commonwealth to perform work or provide services pursuant to such contract shall register and participate in the E-Verify program to verify information and work authorization of its newly hired employees performing work pursuant to such public contract. Any such employer who fails to comply with these provisions shall be debarred from contracting with the City of Chesapeake for a period up to one year. Such debarment shall cease upon the employer’s registration and participation in the E-Verify program. If requested, the employer shall present a copy of their Maintain Company page from E-Verify to prove that they are enrolled in E-Verify.

    • CHESAPEAKE BUSINESS LICENSE

      All firms doing business with the City are required to be properly licensed in accordance with the City of Chesapeake’s “Business, Professional, and Occupational Licensing (BPOL) Tax” ordinance. Wholesale and retail merchants not located in Chesapeake are exempt from this requirement. For questions concerning the applicability of the BPOL tax, contact the Commissioner of the Revenue at 757-382-6738.

    • SMALL BUSINESS SUBCONTRACTING

      Unless the bidders/offerors is registered as a DSBSD-certified small business and where it is practicable for any portion of the awarded contract to be subcontracted to other suppliers, the Consultant is encouraged to offer such subcontracting opportunities to DSBSD-certified small businesses.  This shall not exclude DSBSD-certified women-owned and minority-owned businesses when they have received DSBSD small business certification.  No offerors or subcontractor shall be considered a Small Business, a Women-Owned Business or a Minority-Owned Business unless certified as such by the Virginia Department of Small Business and Supplier Diversity (DSBSD) by the due date for receipt of bids/proposals.  If small business subcontractors are used, the prime Consultant agrees to report the use of small business subcontractors by providing the Purchasing Division at a minimum the following information:  name of small business with the DSBSD certification number, phone number, total dollar amount subcontracted, category type (small, women-owned, or minority-owned), and type of product/service provided.

    • SUBCONTRACTS

      No portion of the work shall be subcontracted without prior written consent of the Purchasing Division.  In the event that the Consultant desires to subcontract some part of the work specified herein, the Consultant shall furnish the Purchasing Division the names, qualifications and experience of their proposed subcontractors. The Consultant shall, however, remain fully liable and responsible for the work to be done by its subcontractor(s) and shall assure compliance with all requirements of the contract.

    • NON-EXCLUSIVE RELATIONSHIP

      Except as stated in a separate written agreement signed by the City and bidder/offeror, nothing in the in the solicitation shall prohibit the City from purchasing products and services similar to the products and services subject to this solicitation now or hereafter from other suppliers and/or contractors.  In addition, the City retains the right to self-perform any or all services and work under the contract at any time.

    • ANNOUNCEMENT OF AWARD

      Upon the award or the announcement of the decision to award a contract for all solicitations with an annual value of $5,000.00 or more, the Purchasing Division will publicly post such notice on the OpenGov e-procurement website (https://procurement.opengov.com/portal/cityofchesapeakeva) for a minimum of 10 days.

    • USE OF BRAND NAMES

      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 which 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.  Normally in competitive sealed bidding only the information furnished with the bid will be considered in the evaluation.  Failure to furnish adequate data for evaluation purposes may result in declaring a bid nonresponsive.  Unless the bidder/offeror 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.

    • METHOD OF AWARD

      Unless otherwise stated in the solicitation, the following is the default method of award if the procurement method is an IFB: An award will be made to the lowest responsive and responsible bidder.  Evaluation will be based on net prices.  Unit prices, extensions and grand total must be shown.  In case of arithmetic errors, the unit price will govern.  If cash discount for prompt payment is offered, it must be clearly shown in the space provided.  Discounts for prompt payment will not be considered in making awards.  The City reserves the right to conduct any tests it may deem advisable and to make all evaluations.  The City reserves the right to reject any and all bids in whole or in part, to waive any informality, and to delete items prior to making an award.

    Submission Requirements

    • Required Signature Page (required)

      The required Signature Page is attached (Attachment A) for your signature. Please sign and upload with your bid response. 

    • References (Attachment B) - Providing Reference are required as a part of your response to this solicitation. Failure to provide this information may result in finding your quote as non-responsive.  (required)

      Provide Vendor Primary Contact information; Years in Business; eVA Vendor ID and Duns Number: Provide a minimum of four (4) current or recent accounts, either commercial or governmental, that your company is servicing, has serviced, or provided similar goods. Include the length of service, and the name, address, and telephone number of the point of contact. 

    • Pricing Schedule (Attachment C) (required)

      Please Upload Attachment C: Pricing Schedule Here.

    • Please Upload Digital Catalog Here or See Question 5
    • Enter URL for Digital Catalog Here:
    • Certification of Compliance with Immigration Laws and Regulations (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.

    • Virginia State Corporation Commission (SCC) Registration Information (required)

      AUTHORIZATION TO CONDUCT BUSINESS IN THE COMMONWEALTH: A contractor organized as a stock or non-stock corporation, limited liability company, business trust, or limited partnership or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a domestic or foreign business entity if so, required by Title 13.1 or Title 50 of the Code of Virginia or as otherwise required by law. Any business entity described LISTED that enters into a contract with a public body pursuant to the Virginia Public Procurement Act 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, to be revoked or cancelled at any time during the term of the contract. A public body may void any contract with a business entity if the business entity fails to remain in compliance with the provisions of this section.

      Pursuant to Code of Virginia, §2.2-4311.2 subsection B, a bidder or 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).  Any bidder or offeror 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 or as otherwise required by law must indicate by selecting one of the following reasons why the bidder or offeror is not required to be so authorized:

    • Litigation Disclosure Form

      Respond to each of the questions below by checking the appropriate box. Failure to fully and truthfully disclose the information required by this Litigation Disclosure Form may result in the disqualification of your bid or proposal from consideration or termination of the contract, once awarded. For purposes of this disclosure form, “you” means the individual or entity in whose name the bid or proposal is submitted.

    • Have you or any principal, officer or director of your company, or any individual who will be assigned to work under any contract awarded pursuant to this solicitation, been convicted of a felony, or a misdemeanor involving moral turpitude, during the last ten (10) years? (required)
    • Have you or any principal, officer or director of your company, or any individual who will be assigned to work under any contract awarded pursuant to this solicitation, been terminated from any work being performed for the City of Chesapeake or any other governmental entity in the Commonwealth of Virginia during the last ten (10) years? (required)
    • Have you or any principal, officer or director of your company, or any individual who will be assigned to work under any contract awarded pursuant to this solicitation, been involved in any claim or litigation with the City of Chesapeake or any other governmental entity in the Commonwealth of Virginia during the last seven (7) years? (required)
    • Has any parent company or wholly owned subsidiary of your company been involved in any claim or litigation with the City of Chesapeake or any other governmental entity in the Commonwealth of Virginia during the last seven (7) years? (required)
    • If you answered “Yes” to any of the above questions, please state the name(s) of the person(s), the nature, and the status and/or outcome of the conviction, termination, claim or litigation, as applicable. Any such information should be provided on a separate page, attached to this form and submitted with your bid or proposal.
    • STATE CORPORATION COMMISSION IDENTIFICATION NUMBER (required)

      Pursuant to Code of Virginia, §2.2-4311.2 subsection B, a bidder or 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). Any bidder or offeror 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 or as otherwise required by law is required to include a statement describing why the bidder or offeror is not required to be so authorized.

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

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

      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? (required)
    • Certification Type

      If applicable, what is your company’s certification type?

    • SWaM Certificate/Supporting Documentation

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

    • Lead Department Street Address (required)
    • Period of Contract (required)

      Please enter the initial period of the contract. 

      Example:

      One (1) year

      Three (3) years etc.

    • Does the resulting contract have renewal options? (required)
    • Option Years (required)
    • Method of Award (required)
    • Does this solicitation include any background information in section "Summary and Background"? (required)
    • Projected Contract Value ($) (required)

      Enter the estimated dollar amount for the entire contract period including renewal options.

    Key dates

    1. April 15, 2026Published
    2. April 22, 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.