Active SLED Opportunity · VIRGINIA · CITY OF WINCHESTER

    Pleasant Valley and Cork Turn Lane

    Issued by City of Winchester
    cityRFPCity of WinchesterSol. 244553
    Open · 4d remaining
    DAYS TO CLOSE
    4
    due Apr 28, 2026
    PUBLISHED
    Mar 31, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    The City of Winchester seeks bids for demolition, grading, storm sewer, sidewalk, and turn lane construction at Pleasant Valley and Cork. Work includes ADA ramps, curb, and gutter. Completion required by July 31, 2026.

    Opportunity details

    Solicitation No.
    244553
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    March 31, 2026
    Due Date
    April 28, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    City of Winchester
    Agency
    City of Winchester

    Description

    The purpose of this ITB is to solicit bids from qualified contractors to provide all labor, equipment, parts, supplies, tools, transportation and materials necessary to provide: demolition of existing sidewalks, curbing, and storm structures, saw cutting existing pavement, grading and excavation, installation of new storm sewer inlets and piping, sidewalks and handicap ramp, and a paved turn lane with curb and gutter.

    Project Details

    • Reference ID: ITB-2026134
    • Department: Public Services
    • Department Head: Perry Eisenach (Public Services Director)

    Important Dates

    • Questions Due: 2026-04-23T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-14T18:00:00.000Z — Microsoft TEAMS at the following link: https://teams.microsoft.com/l/meetup-join/19%3ameeting_ODhlNzcxODUtY2U4Yi00ZTk2LWJiZWEtMjQ0OTQzMzQyMTBh%40thread.v2/0?context=%7b%22Tid%22%3a%22d8343b2f-58a5-43be-a02c-d2d2309cf6a4%22%2c%22Oid%22%3a%221ef5f8fa-f03e-40f5-bd20-99a88e84bbf6%22%7d

    Addenda

    • Official Notice #1: Pre-bid Meeting Agenda (released 2026-04-14T17:09:05.164Z)

    Evaluation Criteria

    • General

      The project consists of demolition of existing sidewalks, curbing, and storm structures, saw cutting existing pavement, grading and excavation, installation of new storm sewer inlets and piping, sidewalks and handicap ramp, and a paved turn lane with curb and gutter.

      Full Specification can be found in the Attachment Section (Attachment C - Specifications - PVR & Cork Turn Lane).

    • OWNER AND ENGINEER

      The Owner is the City of Winchester, Virginia, which shall be represented by the Director of Public Services or his designee who shall perform the duties of the Engineer. Telephone: Department of Public Services, (540) 773-1355.

    • APPLICABLE LAWS AND COURTS

      This solicitation and any resulting contract shall be governed by the laws of the Commonwealth of Virginia. Any dispute arising from the performance or non-performance of this Agreement shall be resolved or otherwise litigated in the Circuit Court for the City of Winchester, Virginia or the Fourth Circuit Federal District Court in Harrisonburg, Virginia. The agency and the contractor are encouraged to resolve any issues in controversy arising from the award of the contract or any contractual dispute following the Winchester City Code, Chapter 21-61. The contractor shall comply with all applicable federal, state and local laws, rules and regulations.

    • SPECIFICATIONS

      Unless otherwise described in the Contract Documents, the following specifications and standards apply to this work:

      1. City of Winchester – Public Services Standards Manual, latest edition
      2. 2020 VDOT Road and Bridge Specifications

      In the case of overlap or conflict, this order shall be used to determine the governing specification.

    • COPIES OF CONTRACT DOCUMENTS
      1. Bidding Documents may be examined and downloaded from the City’s website at https://secure.procurenow.com/portal/winchesterva at no charge.
      2. Complete set of Bidding Documents shall be used in preparing bids; neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. Owner and Engineer in making copies of Bidding Documents available on the above terms do so only for the purpose of obtaining bids on the Work and do not confer a license or grant for any other use.
    • INSURANCE REQUIREMENTS – CITY OF WINCHESTER
      1. Before any work at the site is started, Contractor shall deliver to Owner, with a Copy to Engineer, an executed Certificate of Insurance. The Certificate shall indicate that the required insurance is in force and state that the policies will not be materially changed or canceled without a thirty (30) day advance notice by registered mail to Owner and Engineer. The representative signing the Certificate shall furnish evidence that he is authorized to so sign as well as his address and the name and address of the agency or agencies through which the insurance was obtained. Contractor shall take out and maintain the following insurance:
      2. Contractor's Comprehensive General Liability (bodily injury and property damage) shall be provided for the following limits:
        1. Combined single limit 5,000,000 dollars each occurrence
        2. Combined single limit: 5,000,000 dollars annual aggregate
        3. The general liability insurance shall include the following coverage:
          1. Comprehensive Form
          2. Premises - Operation
          3. Explosion and Collapse Hazard
          4. Underground Hazards
          5. Products/Completed - Operations Hazards
          6. Contractual Liability Insurance
          7. Broad Form Comprehensive General Liability, Property Damage, including Completed Operations
          8. Personal Injury (all insuring agreements), Deleting the Employee Exclusion
          9. If protection is under an umbrella policy, it shall not exclude any of the above items under the basic policy.
        4. City of Winchester shall be named by endorsement as Additional Insured.
      3. Independent Contractors (Contractor's Protective Liability)
        1. Combined single limit 1,000,000 dollars each occurrence
        2. Combined single limit: 2,000,000 dollars annual aggregate
      4. Contractor's Automobile Liability (bodily injury and property damage) shall be provided for the following limits:
        1. Combined single limit: 1,000,000 dollars each occurrence
        2. The Automobile Liability Insurance shall include the following coverage:
          1. Comprehensive Form
          2. Owned
          3. Hired
          4. Non-Owner
      5. Contractor's Workers Compensation Insurance as required by Federal, State, and Municipal Laws for the protection of all Contractor's employees working on or in connection with the Project, including broad form, all state and voluntary compensation coverage, and employer's liability coverage with the following limits:
        1. Bodily injury by accident 1,000,000 Dollars each accident
        2. Bodily injury by disease 1,000,000 Dollars policy limit
        3. Bodily injury by disease 1,000,000 Dollars for each employee
      6. All insurers shall be licensed to conduct business in the Commonwealth of Virginia and all insurance companies are required to have an A.M. Best Company financial rating of A- or better.
      7. Contractor shall require his insurance agent to certify on the insurance certificate that the insurance coverage specified by these specifications is fully in effect, both in scope and amount. If insurance coverage is effected with more than one company, the individual certificates shall identify the items of insurance which the individual companies cover. The insurance certificates shall contain a provision that the coverage afforded under the policies will not be canceled or materially changed unless at least a thirty (30) days prior written notice has been given to the Owner.
      8. Left Intentionally Blank
      9. Notification and Handling of an Insurance Claim:
        1. The general contractor on any City construction project shall be responsible for ensuring that all matters concerning the completion of an assigned project, including but not limited to handling of insurance claims by third parties arising as a result of the acts and omissions of the general contractor or his subcontractors, are handled in a professional manner. To this end, the City expects the general contractor to act responsibly with regard to prompt payment of valid insurance claims and upon notice of a claim, the general contractor shall immediately notify the Owner’s project manager, investigate and document the claim, and make a liability determination within ten (10) business days. Pending subrogation between the general contractor and/or sub-contractor and/or any insurance carrier will not be a cause for delay in payment of a valid claim. Default of this provision may result in retainage payments being withheld and jeopardize the general contractor’s future bid opportunities with the City of Winchester.
    • ANTI-DISCRIMINATION

      By submitting their (bids/proposals), (bidders/offerors) certify to the City of Winchester 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).

      In every contract over $10,000 the provisions in 1. and 2. below apply:

      1. 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, national origin, age, disability, status as a service disabled veteran, status as a military family, 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.
        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 these requirements.
      2. The contractor will include the provisions of 1. above in every subcontract or purchase order over $10,000, so that the provisions will be binding upon each subcontractor or vendor.
    • EXAMINATION OF CONTRACT DOCUMENTS AND SITE
      1. Before submitting a bid, each bidder must examine the Contract Documents thoroughly, visit the site to familiarize himself with local conditions that may in any manner affect cost, progress, or performance of the work, familiarize himself with federal, state, and local laws, ordinances, rules, and regulations that may in any manner affect cost, progress, or performance of the work; and study and carefully correlate bidder's observations with the Contract Documents.
      2. Before submitting his bid, each bidder will, at his own expense, make such additional investigations and tests as the bidder may deem necessary to determine his bid for performance of the work in accordance with time and other terms and conditions of the Contract Documents. The Contractor shall be responsible for taking his own borings or making any investigations he requires to establish subsurface conditions in the area of this Contract. The City does not assume any responsibility for the subsurface conditions which may be encountered. On request, Owner will provide each bidder access to the site to conduct such investigations.
      3. The submission of a bid will constitute an incontrovertible representation by the bidder that he has examined the site and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions of the Work.
      4. It is understood and agreed by the bidder that the estimate of quantities (if provided) are approximate, and are presented in order to obtain unit prices and approximate amount of the Contract. The Contractor shall make no claim against the City because of any estimate, tests or representations made by any officer or agent of the City, which may prove to be in any respect erroneous.
      5. Scope of the work is as specified herein. The Owner, however, reserves the right to make adjustments to the scope of the work. Such adjustments shall be accomplished by appropriate Change Orders.
    • 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 (bidder/offeror), supplier, manufacturer or subcontractor in connection with their (bid/proposal), 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.

    • WORKING HOURS - HOLIDAYS

      Work under the Contract shall not be prosecuted on Sundays, or on legal holidays. Work hours (Monday – Friday) shall be from 7:00 a.m. until 6:00 p.m. If the Contractor wishes to prosecute any portion of the Work outside of the established work hours or on Sundays or legal holidays (actual or observed), he shall first obtain written permission from the Engineer. Such requests shall be submitted at least 48 hours in advance of the period proposed for such overtime work. For the purpose of this Contract, the legal holidays are identified as:

      • New Year’s Day
      • Martin Luther King Day
      • President’s Day
      • Apple Blossom Thursday & Friday
      • Memorial Day
      • Juneteenth
      • Independence Day
      • Labor Day
      • Indigenous People’s Day
      • Veteran’s Day
      • Thanksgiving Day
      • Day after Thanksgiving
      • Christmas Eve
      • Christmas Day
    • SPECIFICATIONS

      The technical specifications for the project are provided within this contract document.

    • PROGRESS PAYMENTS
      1. The basis for payments shall be the actual quantity of work completed, as determined in field by the Engineer.
      2. An amount equal to five percent (5%) of each progress payment shall be held from each payment as retainage.
    • 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.

    • MISCELLANEOUS OTHER CONDITIONS
      1. It shall be the responsibility of the Contractor to locate utilities in the field. Contractor shall give all utility companies that may have subsurface or surface utilities in the area adequate notice at least 48 hours in advance that the Contractor is to perform work in this area.
      2. The attention of the Contractor is drawn to the fact that the possibility exists of the Contractor encountering various water, chemical, electrical, or other lines. Contractor shall exercise extreme care before and during construction to locate and flag these items so as to avoid damage to existing lines. Should damage occur to an existing line, the Contractor shall repair the line at no cost to the Owner. Temporary support, adequate protection and maintenance of all underground and surface utility installations and structures, drains, and other obstructions encountered in the progress of the work shall be provided by the Contractor at his own expense.
      3. Contractor shall be responsible for the temporary removal and re-installation of structures including, but not limited, to piping, conduits, drains, that may interfere with the work. The cost of such work shall be included in the Bid for the project and shall not result in any additional cost to the Owner. It shall be the Contractor's responsibility to contact and obtain permission from various authorities having jurisdiction over such structures, prior to start of the work.
      4. Local drainage is not to be blocked. Shoulders, ditches, and drainage facilities shall be kept clear at all times and in condition satisfactory to the Engineer.
      5. Adequate barricades, construction signs, red lanterns and guards as required shall be placed and maintained during the course of the work, and until it is safe for the pedestrian and vehicular traffic to use the area. The rules and regulations of the Local and State and Federal authorities respecting safety provisions shall be observed.
      6. All acceptance and payment of work is subject to inspection by the City of Winchester.
      7. The Contractor shall be responsible to establish and maintain communications with the residents and business owners of the area affected by the construction. The purpose of this communication is to notify the residents and business owners of construction activities which affect them, and to coordinate accommodations for them during construction. The Contractor shall also be required to assist businesses and residents as necessary with access into or out of their property during the construction.
      8. Contractor and all sub-contractors shall obtain a City of Winchester Business License before beginning work.
      9. Contractor is responsible for correcting any damages caused to private property as a result of construction, at their own expense. Contractor shall be responsible for completing a video recording (DVD) of the entire project area within the City’s right-of-way before construction begins and providing a copy of the DVD to the City. This recording must be completed before the mobilization fee is paid to the contractor. This recording will be the basis for help in determining any damages to private property that may occur during construction that the contractor may be responsible for.
      10. The Contractor shall be solely responsible for adhering to all OSHA requirements at all times during the construction of the project.
      11. The Contractor shall be solely responsible for protecting the newly poured sidewalks from vandalism (i.e. children writing names or words in the wet concrete) and shall be required to replace any concrete that is vandalized as directed by the City at the Contractor’s expense.
      12. The Contractor shall be responsible to construct the new facilities and/or modify existing facilities to ensure positive drainage at all locations.
      13. High-early strength concrete shall be used on all driveway entrances.
      14. The Contractor shall be solely responsible for ensuring that all new sidewalks and ramps constructed meet all current ADA (American’s with Disabilities Act) requirements.

      ***END SPECIAL CONDITIONS***

    • SPECIFICATIONS

      The technical specifications for the project are provided within this contract document. If not specifically addressed within these technical specifications provided, the following specifications shall apply:

      1. VDOT 2020 Road & Bridge Specifications, or most recent edition
      2. City of Winchester Standards Manual
    • DEBARMENT STATUS

      By submitting their (bids/proposals), (bidders/offerors) certify that they are not currently debarred by the Federal Government, Commonwealth of Virginia, or by any City, Town or County from submitting bids or proposals on contracts for the type of goods and/or services covered by this solicitation, nor are they an agent of any person or entity that is currently so debarred.

    • ANTITRUST

      By entering into a contract, the contractor conveys, sells, assigns, and transfers to the City of Winchester 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 Winchester under said contract.

    • QUESTIONS

      All questions about the discrepancies or ambiguities in the Contract Documents prior to the bid opening shall be submitted in writing via the Portal under the Questions & Answers ("Q&A") tab for this project.

      Replies to questions will be issued Via the Portal and emailed to all parties that appear on the Follower's List in the Portal.

      Questions received less than five (5) calendar days prior to the date for opening of bids may not be answered. Only questions answered via the Portal, located in the Q&A tab, will be binding, and shall be considered part of the awarded contract.

    • MANDATORY USE OF CITY FORM AND TERMS AND CONDITIONS

      Failure to submit a bid/proposal on the official City form provided for that purpose may be a cause for rejection of the bid/proposal. Modification of or additions to the General Terms and Conditions of the solicitation may be cause for rejection of the bid/proposal; however, the City of Winchester reserves the right to decide, on a case by case basis, in its sole discretion, whether to reject such a bid/proposal.

    • REQUIRED BOND - BID GUARANTEE
      1. Bid Guarantee shall be made payable to Owner, in an amount of five percent (5%) of the bidder's maximum bid price and in a form of a certified or cashier's check drawn on a bank chartered under the laws of the Commonwealth of Virginia; payable to the Treasurer, City of Winchester, or a Bid Bond issued by a surety having registered resident agents in Virginia.
      2. The Bid Guarantee of the successful bidder will be retained until such bidder has executed the Agreement and furnished the required Contract Security, whereupon it will be returned. If the successful bidder fails to execute the agreement and furnish the required Contract Security within fifteen (15) calendar days of the Notice of Award, Owner may annul Notice of Award and the Bid Guarantee of the bidder will be forfeited.
    • REQUIRED BONDS – PAYMENT AND PERFORMANCE

      Performance and Payment Bonds will be required of the Successful bidder, each in an amount equal to one hundred percent (100%) of the amount of the Contract, conditioned upon the faithful performance of the Contract and to the payment in full to all persons furnishing labor, materials, equipment, etc., for and in connection with the work to be performed under the Contract.

    • CLARIFICATION OF TERMS

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

    • CONTRACT TIME

      Contractor agrees that all work shall be completed within 60 calendar days following the Notice to Proceed.  Construction must begin on Monday, June 1, 2026, and be completed no later than Friday, July 31, 2026.

      Owner and Contractor recognize that the time is of essence in this Contract, and if the work is not completed within the specified times outlined above, plus any extensions allowed, then the Contractor shall pay, as liquidated damages, $600.00 for each calendar day that expires after the specified completion date.

    • PAYMENT
      1. To Prime Contractor:
        1. Invoices for items ordered, delivered and accepted shall be submitted by the contractor directly to the payment address shown on the purchase order/contract. All invoices shall show the state contract number and/or purchase order number; social security number (for individual contractors) 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 goods or services provided under this contract or purchase order, that are to be paid for with public funds, shall be billed by the contractor at the contract price, regardless of which 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.
        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, contractors 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 of Winchester shall promptly notify the contractor, in writing, as to those charges which it considers unreasonable and the basis for the determination. A contractor may not institute legal action unless a settlement cannot be reached within thirty (30) days of notification. The provisions of this section do not relieve an agency 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 contractor awarded a contract under this solicitation is hereby obligated:
          1. To pay the subcontractor(s) within seven (7) days of the contractor’s receipt of payment from the City of Winchester for the proportionate share of the payment received for work performed by the subcontractor(s) under the contract; or
          2. To notify the agency and the subcontractor(s), in writing, of the contractor’s intention to withhold payment and the reason.
        2. The contractor 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 contractor that remain unpaid seven (7) days following receipt of payment from the City of Winchester, except for amounts withheld as stated in (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 contractor performing under the primary contract. A contractor’s obligation to pay an interest charge to a subcontractor may not be construed to be an obligation of the City of Winchester.
    • PRECEDENCE OF TERMS

      The following General Terms and Conditions APPLICABLE LAWS AND COURTS, ANTI-DISCRIMINATION, ETHICS IN PUBLIC CONTRACTING, IMMIGRATION REFORM AND CONTROL ACT OF 1986, DEBARMENT STATUS, ANTITRUST, MANDATORY USE OF CITY FORM AND TERMS AND CONDITIONS, CLARIFICATION OF TERMS, PAYMENT 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 and take precedence.

      The City’s procurement, Contractor’s response and written negotiation summary shall form part of the Contract. In the case of conflicts, discrepancies, errors or omissions among the City’s procurement, the Contractor’s response, written negotiation summary and the main body of the Contract, the documents and amendments to them shall take precedence and govern in the following order:

      1. Contract
      2. Negotiation Summary
      3. City’s Procurement Document(s)
      4. Contractor’s Response
      5. Other Documents
    • PAYMENT PROCEDURE
      1. The basis for payment shall be the actual percentage of work completed, as determined in the field by the Engineer.
      2. An amount equal to five percent (5%) of each progress payment shall be held from each payment as retainage.
    • SUBCONTRACTORS
      1. The apparent successful bidder and any other bidder so requested, will within seven (7) days after the day of bid opening submit to Owner a list of all subcontractors and other persons and organizations, including those who are to furnish the principal items of material and equipment, proposed for the work. Such list shall be accompanied by an experience statement with pertinent information as to similar projects and other evidence of qualification for each such subcontractor, person, and organization. If Owner or Engineer, after due investigation has reasonable objection to any proposed subcontractor, other person or organization, either may before giving the Notice of Award request the apparent successful bidder to submit an acceptable substitute without an increase in Bid price. If the apparent successful bidder declines to make any such substitution, the Contract shall not be awarded to such bidder, but his declining to make any such substitution will not constitute grounds for sacrificing his Bid Bond. Any subcontractor, other person, or organization so listed and to whom Owner or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer.
      2. No Contractor shall be required to employ any subcontractor, other person, or organization against whom he has reasonable objection.
    • QUALIFICATIONS OF (BIDDERS/OFFERORS)

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

    • TESTING AND INSPECTION

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

    • SUBSTITUTE MATERIAL AND EQUIPMENT
      1. Whenever it is indicated in the Contract Documents that a substitute or "or equal" item of material or equipment may be furnished or used by Contractor if acceptable to Engineer, application for such acceptance will not be considered until after the Effective Date of the Contract Agreement. The procedure for submittal of any such application by Contractor and consideration by Engineer is set forth in the General Conditions.
    • ASSIGNMENT OF CONTRACT

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

    • PREPARATION OF BID
      1. The #BID FORM and #BID TABLE are included in these Specifications, and may not be altered in any way.
      2. Bid Forms and Bid Tables must be completed electronically.
      3. A bidder shall execute his Bid as stated below:
        1. A Bid by an individual shall show his name and official address.
        2. A Bid by a partnership must be executed in the partnership name and signed by a partner. His title must appear under his signature and the official address of the partnership shall be shown.
        3. A Bid by a corporation must be executed in the corporate name by an officer of the corporation and must be accompanied by a certified copy of the resolution of the board of directors authorizing the person signing the Bid to do so on behalf on the corporation. The corporate seal shall be affixed and attested by the secretary. The state of incorporation and the official corporate address shall be shown.
        4. All names must be printed below the signature.
        5. Contractor's license or registration number shall be entered in the space provided on the Bid Form.
      4. A bidder or offeror organized or authorized to transact business in the Commonwealth pursuant to Title 13.1 or Title 50 of the Code of Virginia shall 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 of the Code of Virginia or as otherwise required by law shall include in its bid or proposal a statement describing why the bidder or offeror is not required to be so authorized. Any bidder or offeror described herein that fails to provide the required information may not receive an award unless a waiver of this requirement and the administrative policies and procedures established to implement this section is granted by the City Manager. The SCC may be reached at (804) 371-9733 or at http://www.scc.virginia.gov/default.aspx.
      5. Bidder shall make acknowledgement of receipt of all Addenda as part of their bid response.
    • SEVERABILITY OF CONTRACT

      In the event that any provision shall be adjudged or decreed to be invalid, such ruling shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall continue to be valid, binding and in full force and effect.

    • SUBMISSION OF BIDS
      1. Bids shall be submitted before the deadline via the Portal as indicated in the Invitation to Bid.
      2. It is the sole responsibility of the Bidder to insure that their Bid is submitted timely via the Portal before the bid due date and time. Late bids will not be accepted. Failure of the Bidder to successfully submit an electronic bid before the deadline indicated herein shall be at the Bidder’s sole risk, and no relief will be given for late and/or improperly submitted bids. Once file(s) have been uploaded and the Submission Status shows as “Submitted” the submission is complete. At that point, the Bidder will also receive an email confirmation from the Portal. The City will not be responsible for untimely submissions due to personal or company internet or hardware limitations, settings or restrictions, internet speed, power outage, network connection, or use of a malfunctioning electronic device, or the like, neither the City, nor OpenGov, the Software Administrator, will be held responsible. Bidders shall be solely responsible for ensuring the capability of their computer system while responding to this solicitation, and for the stability of their internet service. Uploading large documents may take significant time depending on the size of the file(s) and the Internet connection speed that the Bidder is using to submit a response.

      3. Bids by telephone, facsimile, email, hard copy (mailed or hand delivered) or other forms shall not be accepted.
    • MODIFICATION AND WITHDRAWAL OF BIDS
      1. Bids may be modified or withdrawn electronically on the Portal at any time prior to opening of the bids. It is the Bidder's sole responsibility to un-submit their response and re-submit appropriately if changes need to be made to their Bid prior to the deadline.
      2. No bidder may withdraw his bid within thirty (30) calendar days after the actual date of the bid opening, except as allowed by the Code of the City of Winchester, Virginia, Section 21-43(a), which states "the Bidder shall give notice in writing of his claim of rights to withdraw this bid within two (2) business days after the conclusion of the bid opening procedure". Bidder shall submit to the Owner his original work papers, documents and materials used in preparation of his bid sought to be withdrawn.
    • CHANGES TO THE CONTRACT
      1. A public contract may include provisions for modification of the contract during performance, but no fixed-price contract may be increased by more than twenty-five percent of the amount of the contract or ten thousand dollars ($10,000), whichever is greater, without the advance written approval of the City Council. In no event may the amount of any contract, without adequate consideration, be increased for any purpose, including, but not limited to, relief of an offeror from the consequences of an error in its bid or offer (Winchester City Code 21-44).
      2. Changes can be made to the contract in any of the following ways:
        1. The parties may agree in writing to modify the scope of the contract. An 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 scope of the contract.
        2. The City of Winchester may order changes within the general scope of the contract at any time by written notice to the contractor. Changes within the scope of the contract include, but are not limited to, things such as services to be performed, the method of packing or shipment, and the place of delivery or installation. The contractor shall comply with the notice upon receipt. The contractor shall be compensated for any additional costs incurred as the result of such order and shall give the City of Winchester 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 a unit price or using a unit price set forth in the contract, if the work to be done can be expressed in units, and the contractor accounts for the number of units of work performed, subject to the City of Winchester’s right to audit the contractor’s records and/or to determine the correct number of units independently; or
          3. By ordering the contractor 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 contractor shall present the City of Winchester with all vouchers and records of expenses incurred and savings realized. The City of Winchester shall have the right to audit the records of the contractor as it deems necessary to determine costs or savings. Any claim for an adjustment in price under this provision must be asserted by written notice to the City of Winchester within thirty (30) days from the date of receipt of the written order from the City of Winchester. 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 Disputes Clause of this contract or, if there is none, in accordance with the disputes provisions of the City of Winchester Code. Neither the existence of a claim nor a dispute resolution process, litigation or any other provision of this contract shall excuse the contractor from promptly complying with the changes ordered by the City of Winchester or with the performance of the contract generally.
    • OPENING OF BIDS
      1. Bids shall be opened publicly, and will be read aloud at the time and location indicated on the Invitation to Bid. An abstract of the amounts of the Bids shall be made available after the opening of bids.
      2. All bids shall remain open for sixty (60) days after the day of the bid opening, but Owner may, in his sole discretion, release any bid and return the Bid Bond prior to that date.
    • DEFAULT

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

    • AWARD OF CONTRACT
      1. Owner reserves the right to reject any and all bids, to waive any and all informalities, and the right to disregard all nonconforming, nonresponsive, or conditional bids. Discrepancies between words and figures shall be resolved in favor of words. Discrepancies between indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum.
      2. In evaluating bids, Owner will consider the qualifications of the bidders, whether or not the bids comply with the prescribed requirements, and alternates and unit prices if requested in the Bid Form. Owner may consider the qualifications and experience of subcontractors and other persons and organizations proposed for the work.
      3. Owner may conduct such investigations as he deems necessary to assist in the evaluation of any bid and to establish the responsibility, qualifications, and financial ability of the bidders, proposed subcontractors and other persons and organizations, to do the work in accordance with the Contract Documents and to the Owner's satisfaction within the prescribed time.
      4. Owner reserves the right to reject the bid of any bidder who does not pass any such evaluations to Owner's satisfaction.
      5. If the Contract is to be awarded, it will be awarded to the lowest responsive and responsible bidder whose evaluation by the Owner indicates that the award will be in the best interest of the Project and the City. Discounts for prompt payment, liquidated damages, and cash incentives will not be part of the award.
    • TAXES

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

    • 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 public body, 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 of Winchester 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.

    • NEGOTIATION WITH THE LOWEST BIDDER

      Unless all bids are cancelled or rejected, the City of Winchester reserves the right granted by § 2.2-4318 of the Code of Virginia to negotiate with the lowest responsive, responsible bidder to obtain a contract price within the funds available to the agency whenever such low bid exceeds the agency’s available funds. For the purpose of determining when such negotiations may take place, the term “available funds” shall mean those funds which were budgeted by the agency for this contract prior to the issuance of the written Invitation for Bids. Negotiations with the low bidder may include both modifications of the bid price and the Scope of Work/Specifications to be performed. The agency shall initiate such negotiations by written notice to the lowest responsive, responsible bidder that its bid exceeds the available funds and that the agency wishes to negotiate a lower contract price. The times, places, and manner of negotiating shall be agreed to by the agency and the lowest responsive, responsible bidder.

    • TRANSPORTATION AND PACKAGING

      By submitting their (bids/proposals), all (bidders/offerors) certify and warrant that the price offered for FOB destination includes only the actual freight rate costs at the lowest and 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.

    • SIGNING OF CONTRACT

      Owner shall give Notice of Award to the successful bidder accompanied by at least three (3) unsigned counterparts of the Contract and all other Contract Documents. Within fifteen (15) days thereafter, Contractor shall sign and deliver at least three (3) counterparts of the Contract to the Owner with all other Contract Documents attached. Within ten (10) days thereafter, Owner will deliver all fully signed counterparts to Contractor. Engineer will identify those portions of the Contract Documents not fully signed by Owner and Contractor and shall ensure that all parties appropriately execute all required portions of the contract immediately.

    • INSURANCE

      By signing and submitting a bid or proposal under this solicitation, the bidder or offeror certifies that if awarded the contract, it will have the following insurance coverage at the time the contract is awarded. For construction contracts, if any subcontractors are involved, the subcontractor will have workers’ compensation insurance in accordance with §§ 2.2-4332 and 65.2-800 et seq. of the Code of Virginia. The bidder or offeror further certifies that the contractor and any subcontractors will maintain these insurance coverages during the entire term of the contract and that all insurance coverage will be provided by insurance companies authorized to sell insurance in Virginia by the Virginia State Corporation Commission.

      MINIMUM INSURANCE COVERAGES AND LIMITS REQUIRED FOR MOST CONTRACTS:

      1. Workers’ Compensation - Statutory requirements and benefits. Coverage is compulsory for employers of three or more employees, to include the employer. Contractors who fail to notify the City of Winchester of increases in the number of employees that change their workers’ compensation requirements under the Code of Virginia during the course of the contract shall be in noncompliance with the contract. The insurer must have an A.M. Best rating of A- or better.
      2. Employer’s Liability - $100,000.
      3. Commercial General Liability - $1,000,000 per occurrence. Commercial General Liability is to include bodily injury and property damage, personal injury and advertising injury, products and completed operations coverage. The City of Winchester must be named as an additional insured and so endorsed on the policy by the insurer. A notation on the certificate of insurance is not sufficient.
      4. Automobile Liability - $1,000,000 per occurrence. (Only used if motor vehicle is to be used in the contract.)

      NOTE: In addition, various Professional Liability/Errors and Omissions coverages are required when soliciting those services as follows:

      Profession/Service Limits

      Accounting: $1,000,000 per occurrence, $3,000,000 aggregate

      Architecture: $2,000,000 per occurrence, $6,000,000 aggregate

      Asbestos Design, Inspection or Abatement Contractors: $1,000,000 per occurrence, $3,000,000 aggregate

      -

      Health Care Practitioner (to include Dentists, Licensed Dental Hygienists, Optometrists, Registered or Licensed Practical Nurses, Pharmacists, Physicians, Podiatrists, Chiropractors, Physical Therapists, Physical Therapist Assistants, Clinical Psychologists, Clinical Social Workers, Professional Counselors, Hospitals, or Health Maintenance Organizations.): $1,925,000 per occurrence, $3,000,000 aggregate

      -

      (Limits increase each July 1 through fiscal year 2008, as follows:

      July 1, 2008 - $2,000,000. This complies with §8.01-581.15 of the Code of Virginia.

      -

      Insurance/Risk Management: $1,000,000 per occurrence, $3,000,000 aggregate

      Landscape/Architecture: $1,000,000 per occurrence, $1,000,000 aggregate

      Legal: $1,000,000 per occurrence, $5,000,000 aggregate

      Professional Engineer: $2,000,000 per occurrence, $6,000,000 aggregate

      Surveying: $1,000,000 per occurrence, $1,000,000 aggregate

    • ANNOUNCEMENT OF AWARD

      Upon the award or the announcement of the decision to award a contract over $50,000, as a result of this solicitation, the Purchasing Agent will publicly post such notice on the City of Winchester’s web site (https://secure.procurenow.com/portal/winchesterva) for a minimum of 10 days.

    • DRUG-FREE WORKPLACE

      During the performance of this contract, the contractor agrees to (i) provide a drug-free workplace for the contractor's employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the contractor's workplace and specifying the actions that will be taken against employees for violations of 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 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 contractor, 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.

    • NONDISCRIMINATION OF CONTRACTORS

      A bidder, offeror, or contractor shall not be discriminated against in the solicitation or award of this contract because of race, religion, color, sex, national origin, age, disability, faith-based organizational status, any other basis prohibited by state law relating to discrimination in employment or because the bidder or offeror employs ex-offenders unless the state agency, department or institution has made a written determination that employing ex-offenders on the specific contract is not in its best interest. If the award of this contract is made to a faith-based organization and an individual, who applies for or receives goods, services, or disbursements provided pursuant to this contract objects to the religious character of the faith-based organization from which the individual receives or would receive the goods, services, or disbursements, the public body shall offer the individual, within a reasonable period of time after the date of his objection, access to equivalent goods, services, or disbursements from an alternative provider. Whether or not described in neutral terms, any policy, program, or activity that is premised on a prohibited classification, including policies or practices designed to achieve "diversity, equity, and/or inclusion" or "DEI" goals, violates

    • AVAILABILITY OF FUNDS

      In the event that funds are not appropriated for this Contract for any City fiscal year, following the City's current year, the Contract shall terminate automatically as of the last day for which funds were appropriated without the City providing written notice to the Contractor prior to the date of termination. The City shall not consider termination of the Contract pursuant to this section default. Upon such termination, the City shall be released from any obligation to make future payments and shall not be liable for cancellation or termination charges.

    • LICENSES AND PERMITS

      Contractors will be responsible for all licenses and permits, if required. Any person, firm, or corporation responding to the City’s procurement which is required to have a current and valid City of Winchester business license and, in fact, does not, will not be considered a "responsive bidder" as such term is defined by the Code of Virginia §2.2-4301, as amended. Any bid received from such an entity may be rejected, at the City's sole option, for that reason alone. In addition, the successful bidder or offeror will be required to produce affirmative evidence, satisfactory to the Purchasing Agent, or designee that it has such a license, or is not required to have such a license, prior to approval and execution of any contract to perform the work herein described.

    • TERMINATION
      1. Termination for Convenience: The City of Winchester may terminate a contract, in whole or in part, whenever the City OF Winchester determines that such termination is in the best interest of the City of Winchester, without showing cause, upon giving ten (10) days written notice to the vendor.
      2. Termination for Default: When the vendor has not performed or has unsatisfactorily performed the contract, the City of Winchester may terminate the contract for default. Upon termination for default, payment may be withheld at the discretion of the City of Winchester. The Vendor will be paid for work satisfactorily performed prior to termination.
    • HOLD HARMLESS

      Bids/Proposal shall provide that during the term of the contract, including warranty period, for the successful bidder/offeror indemnifying, defending, and holding harmless the City, its officers, employees, agent and representatives thereof from all suits, actions, claims of any kind (including claims for attorney’s fees) brought on account of any personal injuries, damages, or violation of rights sustained by any person or property in consequence of any neglect in safeguarding contract work, or on account of any act or omission by the contractor or his employees, or from any claims or amounts arising from violation of any law, bylaw, ordinance, regulation or decree. The vendor agrees that this clause shall include claims involving infringement of patent or copyrights.

    • CONFIDENTIALITY OF PERSONALLY IDENTIFIABLE INFORMATION

      The contractor 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 will not be divulged without the individual’s and the agency’s written consent and only in accordance with federal law or the Code of Virginia. Contractors who utilize, access, or store personally identifiably information as part of the performance of a contract are required to safeguard this information and immediately notify the agency 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.

    • BID PRICE CURRENCY

      Prices are to be stated in US dollars unless otherwise specified in the solicitation.

    • FEDERAL FUNDED PROCUREMENT

      Any purchases being funded in whole or in part by, The American Rescue Plan act (ARPA), or other purchases funded by federal grants, all awardees must follow all applicable, federal guidelines and clauses contained in U.S. Treasury 2 CFR 200.

    • COMPLIANCE WITH STATE LAW; CONTRACT TERMS INCONSISTENT WITH STATE LAW

      Under §2.2-4311.3, any contract that has a choice of law provision or requires or permits litigation/dispute resolution in another state or country shall be void and the contract shall be deemed to provide for the application of Virginia law and to provide for jurisdiction in the courts of Virginia.

    • PROHIBITION OF FORCED OR INDENTURED CHILD LABOR

      A. For contracts for good and services that exceed $10,000, the Contractor certifies and agrees to: (i) prohibit the use of forced or indentured child labor in the performance of this Contract, and (ii) include the provisions of the foregoing clause in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor.
      B. For the purposes of this section, "forced or indentured child labor" means all work or service (i) exacted from any person younger than 18 years of age under the menace of any penalty for the nonperformance of such work or service and for which such person does not offer himself voluntarily or (ii) performed by any person younger than 18 years of age pursuant to a contract the enforcement of which can be accomplished by process or penalties.

    Submission Requirements

    • BID FORM CONFIRMATION (required)

      In submitting this Bid, bidder acknowledges that the bidder has examined copies of the following Contract Documents:

      BIDDING DOCUMENTS

      • Invitation to Bid
      • Instructions to Bidders
      • Bid Form
        • Contractor Qualification Data Sheet, if included in Bid Form
        • Bid Bond
        • Non-Collusion Affidavit
      • Performance Bond
      • Labor and Material Payment Bond
      • City of Winchester Required General Terms and Conditions
      • General Conditions
      • Supplement to General Conditions
      • Special Terms and Conditions

      TECHNICAL SPECIFICATIONS

      DRAWINGS

      ADDENDA

      BID ITEMS/QUANTITIES (BID TABLE)

    • Virginia Contractor’s Registration Number and VDOT Prequalification Number (required)
    • Bid Guarantee (required)

      Each Bid shall also be accompanied by a satisfactory Bid Guarantee in the amount of 5% of the bid, in the form of a certified or cashier's check drawn on a bank chartered under the laws of the Commonwealth of Virginia; payable to the Treasurer of the City of Winchester, or a Bid Bond, as a guarantee that the bidder will within fifteen (15) days after the date of the award of the Contract, execute an agreement and file insurance as required by the Contract Documents if his proposal is accepted. If the successful bidder fails to execute and file the agreement and insurance, the amount of the Bid Guarantee shall be forfeited. Bids without a satisfactory Bid Guarantee shall be rejected.

      Download the following document, and then submit the fully executed copy here.

    • Non-Collusion Affidavit (required)

      Please download the below document, and then submit the fully executed copy here.

    • Brief Project Description (required)

      The purpose of this ITB is to solicit bids from qualified contractors to provide all labor, equipment, parts, supplies, tools, transportation and materials necessary to provide: ____________________________.

    • Pre-Bid Conference (required)
    • Is this ARPA funded? (required)
    • Qualifications (required)
    • Contractor Qualification Data Sheet Required? (required)
    • Specifications (required)

      The technical specifications for the project are provided within this contract document.

      Does the following also apply to this ITB?

      1. VDOT 2007 Road & Bridge Specifications
      2. City of Winchester Standards Manual
    • Days for Project Completion (required)

      Enter only the number of calendar days for project completion.

      "Contractor agrees that all work shall be completed within _________ calendar days following the Notice to Proceed."

      (Enter ### only)

      Ex. 365

    • Liquidated Damages (required)

      Enter only the amount for liquidated damages (including dollar sign and punctuation).

      "$________ for each calendar day that expires after the specified completion date."

    • Negotiating with Low Bidder allowed? (required)

    Key dates

    1. March 31, 2026Published
    2. April 28, 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.