Active SLED Opportunity · OHIO · MONTGOMERY COUNTY
AI Summary
Montgomery County, Ohio seeks bids for Project No. 130066-36 to provide hydro vacuum excavation services for service line investigations. The contract is a one-year price agreement with options to extend. Bids are due electronically by 1:30 pm EDT on May 20, 2026, via the OpenGov portal.
Montgomery County, Ohio, is requesting bids for Project No. 130066-36, Service Line Investigations. All submittals are due before 1:30 pm on Wednesday, May 20, 2026.
All questions about the bid itself, or the contents herein, Bidders must use the OpenGov Question and Answer portal.
For portal questions or issues, please reach out to Barb Asberry at asberryb@mcohio.org.
Montgomery County is requesting competitive bids for Project No. 130066-36, Service Line Investigations per the specifications and detailed listing provided.
TERM: This bid opportunity is for a One (1) Year price agreement with an option to extend for four (4) additional one (1) Year terms.
AWARD: Montgomery County intends to award to one primary supplier for all services procured under this solicitation. However, a secondary supplier may be awarded if it is more cost effective than a single or primary supplier. Montgomery County reserves the right to reject any and all submissions if it proves to be in the best interest of the County.
VALUE: While Montgomery County CANNOT commit to any specific spend amount or quantity purchase, the estimated yearly value of the contract is $N/A. This is not a guaranteed amount and is only meant to give a general estimate.
The following specifications shall be met in order to enter into a price agreement:
1. Prices – Prices must be firm for a minimum of one (1) year from the date of the contract award. A percent increase shall be clearly indicated for the following years included in the agreement.
2. CPI- Costs for any extension term years shall be subject to an adjustment based on the latest yearly percentage increase in the Consumer Price Index for All Urban Consumers (CPI-U) as published by the Bureau of Labor Statistics, U.S. Dept. of Labor.
3. Product Quality must meet required standards as established by industry specifications, regulations, laws and recommendations. See product specification section for details.
4. Billing – Montgomery County will require the awarded vendor/s to establish an account for Montgomery County Environmental Services.
a. ALL INVOICES will be “BILLED TO”:
Montgomery County Environmental Services
Attn: Kristen Hendricks
1850 Spaulding Road
Dayton, OH 45432
5. Invoices - The contractor shall invoice the County after each repair is complete.
6. Prevailing Wage – All work performed under the price agreement will be subject to prevailing wage in accordance with ORC Chapter 4115.03.
7. Warranty – Any and All Warranty information that could be associated with this work shall be included with the bid submission.
8. Qualifications – Vendor shall secure the following and submit with their bid:
9. Products Not Specified in the Pricing Schedule – Although it is the intent for Montgomery County to have all items that will be used regularly on an established price agreement, any items that are NOT listed in the pricing schedule should receive a specific “percentage discount off list price” that shall be specified with your bid submittal. PLEASE SEE PRICING SCHEDULE AND ADDITIONAL PRICING SCHEDULE IN VENDOR CHECKLIST.
10. Cooperative Purchasing Agreement - The awarded vendor may agree to offer the prices, terms and conditions offered in this price agreement to other governmental agencies that are members of the Southwest Ohio Purchasing for Government (SWOP4G) and Central Ohio Organization for Public Purchasing (COOPP), who wish to participate in a cooperative purchasing program with Montgomery County.
11. Miscellaneous Charges – ALL CHARGES for delivery, fuel, HAZMAT or other charges shall be CLEARLY STATED on the pricing schedule.
12. Additional Charges – No additional charges will be accepted outside those listed in this bid document. Charges that are incurred by the vendor as a result of Federal or State “regulation changes” may be passed on with written supporting documentation. This documentation must be provided 90 days prior to any price increase. Montgomery County reserves the right to cancel and re-bid any agreement or contract due to additional charges incurred as a result of unforeseen circumstances.
All of the conditions applicable to the Bid shall be read so as to give meaning to all of such provisions. However, when there is a conflict in the interpretation between a special condition in the Bid Document and a general condition, the special condition in the Bid Document shall take precedence.
Montgomery County is requesting competitive bids for Project No. 130066-36, Service Line Investigations per the specifications and detailed listing provided.
TERM: This bid opportunity is for a three (3) Year price agreement with an option to extend for two (2) additional one (1) Year terms.
AWARD: Montgomery County intends to award to one primary supplier for all services procured under this solicitation. However, a secondary supplier may be awarded if it is more cost effective than a single or primary supplier. Montgomery County reserves the right to reject any and all submissions if it proves to be in the best interest of the County.
VALUE: While Montgomery County CANNOT commit to any specific spend amount or quantity purchase, the estimated yearly value of the contract is $N/A. This is not a guaranteed amount and is only meant to give a general estimate.
The following specifications shall be met in order to enter into a price agreement:
1. Prices – Prices must be firm for a minimum of two (2) years from the date of the contract award.
2. CPI- Costs for any extension term years shall be subject to an adjustment based on the latest yearly percentage increase in the Consumer Price Index for All Urban Consumers (CPI-U) as published by the Bureau of Labor Statistics, U.S. Dept. of Labor.
3. Product Quality must meet required standards as established by industry specifications, regulations, laws and recommendations. See product specification section for details.
4. Billing – Montgomery County will require the awarded vendor/s to establish an account for Montgomery County Environmental Services.
a. ALL INVOICES will be “BILLED TO”:
Montgomery County Environmental Services
Attn: Kristen Hendricks
1850 Spaulding Road
Dayton, OH 45432
5. Invoices - The contractor shall invoice the County after each repair is complete.
6. Warranty – Any and All Warranty information that could be associated with this work shall be included with the bid submission.
7. Qualifications – Vendor shall secure the following and submit with their bid:
8. Miscellaneous Charges – ALL CHARGES for delivery, fuel, HAZMAT or other charges shall be CLEARLY STATED on the pricing schedule.
9. Additional Charges – No additional charges will be accepted outside those listed in this bid document. Charges that are incurred by the vendor as a result of Federal or State “regulation changes” may be passed on with written supporting documentation. This documentation must be provided 90 days prior to any price increase. Montgomery County reserves the right to cancel and re-bid any agreement or contract due to additional charges incurred as a result of unforeseen circumstances.
The Revised Code of the State of Ohio, and the applicable resolutions of the Board of County Commissioners for Montgomery County, Ohio (the "Board") insofar as they apply to the laws of competitive bidding, contracts, and purchases are made a part hereof as if fully restated herein. All laws of the United States of America, the State of Ohio, and Montgomery County, Ohio applicable to the products or services discussed herein or to be provided hereby, are also made a part hereof.
Sincerely,
MONTGOMERY COUNTY COMMISSIONERS
Kyle Kolopanis
Purchasing Director
SCOPE OF WORK FOR HYDRO VACUUM EXCAVATION SERVICES
MONTGOMERY COUNTY ENVIRONMENTAL SERVICES
PROJECT NO. 130066-36
SERVICE LINE INVESTIGATIONS 2026-2027
GENERAL
Montgomery County Environmental Services (MCES) is requesting bids from firms to provide Hydro Vacuum Excavation services at various locations throughout Montgomery County, Ohio for Project No. 130066-36, Service Line Investigations during the years 2026 and 2027, with an option to extend for three additional one-year terms.
ANTICIPATED SCHEDULE
Final Day to Submit Questions ................................................. Thursday, May 7, 2026, 5:00 p.m.
Receipt of Bids .................................................................... Wednesday, May 20, 2026, 1:30 p.m.
Notification of Award ................................................................................. Monday, May 25, 2026
Execute Agreement ........................................................................................................ June, 2026
Kick-Off Meeting ............................................................................................... June or July, 2026
PROJECT OVERVIEW
MCES is looking to conduct vacuum excavation “potholing” investigations of water service lines throughout Montgomery County. The purpose of these investigations is to support development of a service line material inventory throughout the County. These excavations are anticipated to be one-foot by one-foot holes performed on both the private and public side of each service.
SAFETY
The Contractor shall be expected to comply with all applicable safety regulations and shall provide traffic control as required for the safe execution of the work.
WORK SCHEDULE
The work will be scheduled during normal business hours of 7:30 – 5:00 pm, Monday through Friday.
SEDIMENT AND DEBRIS DISPOSAL
The Contractor will be responsible for the transportation and disposal of all vacuumed debris.
COORDINATION, COMMUNICATION, AND PROJECT MANAGEMENT
The Contractor shall designate and assign a competent representative to act on behalf of the Contractor. All notifications and communications will be directed through this authorized representative.
HYDRO VACCUM EXCAVATION SERVICES
The services are separated into three tasks as follows:
TASK I – Project Management and Administration
TASK II – Service Line Investigations
TASK III – Optional As-Needed Potholing Services
TASK I – PROJECT MANAGEMENT AND ADMINISTRATION
This task shall include the following:
TASK I.A Kick-Off Meeting
MCES will schedule and facilitate a project kick-off meeting within the first two (2) weeks of Agreement execution. The meeting shall cover both technical and administrative project issues. The Contractor shall invite key team members, including the project manager and day-to-day communications lead. MCES shall, in collaboration with the Contractor, prepare a meeting agenda that will at a minimum contain the following items for discussion:
MCES will prepare detailed kick-off meeting minutes highlighting decisions and action items. These minutes will be provided to the Contractor, who shall review and submit a signed approved copy to MCES within two weeks following the date of receipt.
TASK 1.B Invoicing
The Contractor shall prepare and submit monthly invoices to MCES that include the following:
These invoices shall be submitted to MCES as outlined in the Kick-Off Meeting Agenda.
Deliverables
The deliverables of Task I shall include the following:
TASK II – SERVICE LINE INVESTIGATIONS AND RESTORATIONS
This task shall include the following:
Task II.A – Service Line Investigations in Green Areas
Task II.B – Service Line Investigations in Asphalt
Task II.C – Service Line Investigations in Concrete
It is anticipated that six hundred (600) addresses will be investigated during this project, throughout 2026 and 2027. While MCES has provided an approximate number of each subtype for this scope, the actual number will vary. All three of these subtypes of investigation will require additional responsibilities from the Contractor, as described below.
Coordination with MCES
At the kick-off meeting, MCES will disclose the contact information of employees that will be coordinating the daily investigations. This employee will distribute the address lists and maps to the Contractor as the Project proceeds. The Contractor shall maintain open communication with these employees and provide a minimum of 48 hours’ notice to MCES prior to commencing daily vacuum excavation investigations. We are anticipating that a member of MCES personnel will be onsite for each day of investigations.
OUPS Tickets and Resident Notification
MCES will provide lists of proposed addresses and alternative addresses to the Contractor for service line investigations. These lists will likely be provided in batches throughout the Project time period. The Contractor shall be responsible for calling in these lists of addresses to the Ohio Utilities Protection Service (OUPS) a minimum of 48 hours prior to commencing vacuum excavation investigations.
MCES will also place door hangers at each of the anticipated investigation addresses a minimum of 24 hours and a maximum of 120 hours prior to the excavation. It will be the Contractor's responsibility to confirm with MCES that the door hangers have been placed prior to commencing daily excavation investigations.
Maintenance of Traffic
For each service line investigation, Contractor shall undertake temporary traffic control to protect the employees and public safety. This traffic maintenance shall include all appropriate road closures, signage, and worker protections required to maintain a safe working environment throughout the entire service line investigation and restoration work. The Contractor shall be responsible for all permits required for traffic maintenance and work in the Right-of-Way.
Restoration
Restoration is a key concern for MCES and the residents of Montgomery County. For each service line investigation, the Contractor shall strive to restore the final ground surface of the potholes to a condition as good as or better than the condition that was encountered prior to the investigation. These restoration variations are outlined in the subtasks below. MCES will follow up with past investigation addresses and alert the Contractor to any complaints or issues that may arise after the investigation. When the Contractor is made aware of these issues, they shall undertake appropriate restoration efforts at the address within a reasonable time period. A warranty period of two years will apply to any restoration issues that arise from residents reaching out after the service line investigation.
Record-Keeping
For each service line investigation, the Contractor shall maintain a list of the results of the investigation, including the type of investigation completed (in relation to the subtasks listed below), the material of the public portion of the service line, and the material of the private portion of the service line.
Task II.A Service Line Investigations in Green Areas
The majority of investigations will take place in green areas, including lawns and grass. For each address provided, Contractor shall conduct between one to two vacuum excavation “potholes” on either side of the curb stop or at the meter pit. The potholes shall be planned and dug in such a way so as to minimize disturbance of the ground. These potholes shall be excavated to a depth sufficient to uncover the material of the service line, generally between three and six feet deep. Contractor shall use these potholes to observe and record the material of the service line (lead, copper, galvanized steel, plastic, etc.), including written lists and photographic documentation as appropriate. The material must be recorded on both the public portion of the service line in the Right-of-Way (ROW) and the private portion of the service line past the curb stop.
Contractor shall make every effort to determine the material of the service line without disturbing the customer’s water service. In the event that the water service is disturbed, the Contractor shall immediately coordinate with MCES to restore the water service. If a lead service is disturbed, the Contractor shall immediately coordinate with MCES to follow the EPA’s required lead notification and protection procedure.
Following the service line investigation, the Contractor shall fill the pothole with topsoil up to grade, ensure proper compaction of the topsoil, then apply grass seed and straw to the topsoil on both sides of the curb stop. The grass seed shall be watered prior to leaving the address. In the following spring season, Contractor shall inspect each service line address to confirm that the topsoil has not settled below grade and that the grass has taken root in the pothole areas.
Task II.B Service Line Investigations in Asphalt
A limited number of investigations will take place on asphalt surfaces, including roads. This type of investigation will begin with the Contractor saw-cutting and sealing the asphalt surface at the location of the intended potholes.
For each address provided, Contractor shall conduct between one to two vacuum excavation “potholes” on either side of the curb stop or at the meter pit. These potholes shall be excavated to a depth sufficient to uncover the material of the service line, generally between three and six feet deep. Contractor shall use these potholes to observe and record the material of the service line (lead, copper, galvanized steel, plastic, etc.), including written lists and photographic documentation as appropriate. The material must be recorded on both the public portion of the service line in the Right-of-Way (ROW) and the private portion of the service line past the curb stop.
Contractor shall make every effort to determine the material of the service line without disturbing the customer’s water service. In the event that the water service is disturbed, the Contractor shall immediately coordinate with MCES to restore the water service. If a lead service is disturbed, the Contractor shall immediately coordinate with MCES to follow the EPA’s required lead notification and protection procedure.
Following the service line investigation, the Contractor shall fill the pothole with a minimum of twelve inches (12”) of compacted gravel backfill subbase (ODOT Item 703.11, Type 2). Then the asphalt surface shall be restored to match the existing pavement surface, or a minimum of twelve inches (12”) of Item 304 base course, three inches (3”) of Item 301 intermediate course, and three and a half inches (3-½”) of Item 441 surface course to match existing grade.
Task II.C Service Line Investigations in Concrete
A limited number of investigations will take place on concrete surfaces, including driveways and sidewalks. This type of investigation will begin with the Contractor saw-cutting and sealing the concrete surface at the location of the intended potholes.
For each address provided, Contractor shall conduct between one to two vacuum excavation “potholes” on either side of the curb stop or at the meter pit. These potholes shall be excavated to a depth sufficient to uncover the material of the service line, generally between three and six feet deep. Contractor shall use these potholes to observe and record the material of the service line (lead, copper, galvanized steel, plastic, etc.), including written lists and photographic documentation as appropriate. The material must be recorded on both the public portion of the service line in the Right-of-Way (ROW) and the private portion of the service line past the curb stop.
Contractor shall make every effort to determine the material of the service line without disturbing the customer’s water service. In the event that the water service is disturbed, the Contractor shall immediately coordinate with MCES to restore the water service. If a lead service is disturbed, the Contractor shall immediately coordinate with MCES to follow the EPA’s required lead notification and protection procedure.
Following the service line investigation, the Contractor shall fill the pothole with a minimum of twelve inches (12”) of compacted gravel backfill subbase (ODOT Item 703.11, Type 2). Then the concrete surface shall be restored to match the existing pavement surface, including a minimum of six inches (6”) of ODOT Item 499. Finally, a tack coat (ODOT Item 407) and two inches (2”) of ODOT Item 441 to match existing grade, unless otherwise directed by the local roadway authority.
Deliverables
The deliverables of Task II shall include the following:
TASK III – OPTIONAL AS-NEEDED POTHOLING SERVICES
This task shall include the following:
Task III.A – Mobilization
Task III.B – Hourly Rate
Task III.C – Overtime Rate
It is the intention of MCES to use this task for limited requirements the Department has for potholing services that are not related to the service line investigations. If the Contractor is interested in proposing prices for these services, they must provide a per-incidence mobilization cost, hourly rate, and overtime rate.
Task III.A Mobilization
For each incidence of requested potholing services, a lump sum Mobilization cost should be proposed that encompasses all costs outside of the hourly rates, including transportation, OUPS tickets, permits, and equipment procurement.
Task III.B Hourly Rate and Task III.C Overtime Rate
Contractor shall propose a standard and overtime rate, per hour, which includes the labor and equipment costs for potholing services. MCES understands that the quantity of hours per incidence will vary depending on the task.
MCES RESPONSIBILITIES
MCES will undertake the following responsibilities to facilitate the Contractor’s work:
End of “Exhibit A”
Sincerely,
MONTGOMERY COUNTY COMMISSIONERS
Kyle Kolopanis
Purchasing Director
Bids are due electronically through the County's OpenGov Procurement portal before 1:30 pm on Wednesday, May 20, 2026, for the Montgomery County Environmental Services for PP-2026-0036 - Project No. 130066-36, Service Line Investigations, for Montgomery County Environmental Services. Said bids will be opened by the Purchasing Director as soon thereafter as the opening can begin.
All project documents are available on the County's OpenGov Procurement portal located at: https://procurement.opengov.com/portal/montgomerycountyoh. The county commissioners reserve the right to reject any or all proposals and to waive any irregularity of proposals, should same be to the advantage of the county.
BY ORDER OF THE BOARD OF COUNTY COMMISSIONERS OF MONTGOMERY COUNTY, OHIO,
Kyle Kolopanis, Purchasing Director
Published in the Dayton Daily News on April 24, 2026
There will not be a pre-bid meeting for this item. Questions and inquiries concerning this bid shall be directed to the Question & Answer section of this project on the County's OpenGov Procurement portal. All questions and answers will be available electronically on the County's OpenGov Procurement portal.
Prospective Bidders shall not contact any public employee by any means or method, including by telephone, regarding this specification and the procurement it represents except in the manner indicated above. Failure to comply with this requirement shall result in the disqualification of the Bidder.
When required by the Bid Document, the successful Bidder agrees to take out and maintain Workers Compensation Insurance upon its employees throughout the term of the contract. The Bidder also agrees to furnish an official certification from the Industrial Commission of Ohio, showing that the successful Bidder has paid the necessary premiums for Workers Compensation insurance, whenever the Bid Document requires Workers Compensation. If such certification is required in the Bid Document, no contract between the Board and the Bidder shall be created until a fully executed copy of such certification has been served upon the Board.
To the fullest extent permitted by law, the successful Bidder shall protect, defend, indemnify and hold free and harmless the Board, and any officers, employees, successors, administrators or agents of same, from and against any and all claims, damages, losses, claims of loss, causes of action, penalties, settlements, costs, liabilities and expenses of any kind, including but not limited to attorney fees, arising out of or resulting from any acts or omissions of the successful Bidder, its officers, employees, consultants, agents, subcontractors, sub-subcontractors, successors or administrators, negligent or otherwise, and regardless of whether such claims, damages, losses, claims of loss, causes of action, penalties, settlements, costs, liabilities or expense is caused in part by any party indemnified hereunder. The successful Bidder also agrees to be responsible for the payment of all damages, settlements, costs and expenses of any kind, including attorney fees, incurred by the Board while the Board defends or pursues any action, cause of action, or claim which arises out the aforementioned acts or omissions. Such obligations include any claims arising out of the use of any patented material, process, article, or device that may enter into the manufacture, construction, or form a part of the work covered by either the order or contract. Such obligations shall not be construed to negate, abridge, or reduce any other rights or obligations of indemnity which would otherwise exist as to a party or person described herein.
In case of default by the successful Bidder, the Board may procure the articles or services provided for herein from any other source or sources and hold the successful Bidder responsible for any excess costs occasioned thereby.
The contract stemming from this Bid shall contain a provision that it may be terminated by either party upon written notice provided to the other party within such time period as the Board may determine therein.
Prices should be stated in the units of the quantity specified in the Bid Document. If the unit quantities requested are not available, include both the prices for the units that are available and a breakdown of those prices for the quantities requested. In case of a discrepancy in computing the amount of the Bid, quoted unit prices for requested quantities will govern.
Quotations should include all charges for delivery, packing, crating, containers, etc. Unless otherwise stated by the Bidder, prices quoted will be considered as being based on delivery to the destination designated in the Bid Document and including all delivery and packing charges.
References to a particular trade name, manufacturer's catalog, or model number, are made for descriptive purposes to guide the Bidder in interpreting the Bid requirements. They should not be construed as excluding Bid on other types of materials, equipment and supplies. However, the successful Bidder will be required to furnish the particular item referred to in the Bid specifications unless a departure or substitution is clearly noted and described in the Bid shown to be compatible with the specifications and accepted by the Board.
Samples, when requested, must be furnished free of expense to the Board, and if not destroyed, will upon request be returned at the Bidders expense.
Time in connection with any cash discount offered would be computed from the date of delivery and acceptance at the final estimation or from the state at which a properly executed claim voucher is received if the latter date is later than the date of delivery and acceptance at the final destination.
The Board is generally exempt from Federal Excise Tax and Ohio State Sales Tax. The County's Federal Tax Exemption Registry number is A284670. The Bidder shall be responsible for payment of any and all taxes, which might otherwise apply.
The Board reserves the right to reject any or all Bids. The Board further reserves the right to waive any irregularities or clerical error in a Bid and to accept that Bid where, in the judgment of the Board or its agents, it is in the best interest of the Board to do so. The Board also reserves the right to accept a part or parts of a Bid unless otherwise restricted in the Bid Document.
Partial payments may be made upon presentation of a properly executed claim voucher to the Montgomery County, Ohio Purchasing Department, unless otherwise stated in the Bid Document. The final payment will be made when the materials, supplies, services, or equipment has been fully delivered and accepted or the work completed to the full satisfaction of the Board. All invoices must show the properly assigned Montgomery County, Ohio Purchase Order Number.
All bids, including any amendment or withdrawal, must be received prior to 1:30 pm on Wednesday, May 20, 2026. Any bid, amendment or withdrawal, which has not been completed prior to the noted due date and time, will not be considered. Conditional or qualified bids will be considered non-responsive.
Corrections of errors in a Bid after the Bid opening shall not be allowed except for extension and/or addition errors that are clearly evident in the Board's sole discretion. Correction of such errors shall only be allowed if accomplished by 4:00 p.m. on the second working day after the Bid opening not counting the day of the Bid opening.
The official clock to determine whether Bids are submitted before the time at which all Bid are due shall be the clock contained within the OpenGov eProcurement website.
| Bid Post Date: | April 24, 2026 |
| Bidder Questions Deadline: | May 7, 2026, 5:00pm |
| Question Response Deadline: | May 15, 2026, 1:30pm |
| Bid Submission Deadline: | May 20, 2026, 1:30pm |
| Contractor Selection Date: | May 25, 2026 |
All bids received shall be evaluated using the following three (3) procedures:
The bid award shall be made to the bidder(s) whose bid(s):
The Board reserves the right to consider all elements entering into the question of determining the responsibility of a Bidder.
The intent of the Bid Document and the agreement stemming therefrom is to include all items necessary for the proper execution and completion of the Work by the successful Bidder. The entire Bid Document and the agreement stemming there from are complementary, and what is required by one shall be as binding as if required by all. Performance by the successful Bidders shall be required only to the extent consistent with the Bid Document and the agreement stemming there from and reasonably inferable from them all as being necessary to produce the intended results.
During the performance of this Agreement, the Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, military status, national origin, disability, age, or ancestry. The Contractor may not discharge without just cause, refuse to hire, or otherwise discriminate against a person with respect to hiring, tenure, terms, conditions, or privileges of employment, or any matter directly or indirectly related to employment because of an employee’s race, color, religion, sex, military status, national origin, disability, age, or ancestry.
The Contractor further agrees not to establish or knowingly permit any discriminatory or segregationist practices in connection with this Agreement, whether in the conduct of its own operations, the operations of its agent, or in those of any subcontractor. The Contractor shall ensure that all subcontractors comply with the non-discrimination provisions of this Agreement.
In addition to any requirement in the Bid Document, the contract evidencing the successful Bid will contain a covenant to be agreed to by the successful Bidder that it has complied with the Board's disclosure policy adopted pursuant to Resolution No. 88-1276, dated July 5, 1988, which requires anyone contracting with the Board to disclose to the Board any business relationship or financial interest that it has with a Montgomery County, Ohio employee or employee's business, or any business relationship or financial interest that a Montgomery County, Ohio employee has with the contracting party or in the contracting party's business. That contract will also create a continuing obligation to disclose such information to the Board.
The contract document to be executed by the successful Bidder shall constitute an offer by the successful Bidder to contract with the Board to supply the Work subject to the Bid Documents. Such contract document shall be neither accepted nor binding until (1) returned to the Montgomery County, Ohio Purchasing Department within ten (10) days of receipt for signature (unless such time is otherwise extended in writing by the Board or its duly authorized agent), (2) certificated by the Auditor of Montgomery County, Ohio, (3) approved by a resolution of the Board, and (4) signed by the Board or the Montgomery County, Ohio Administrator. Such offer to contract shall not be revocable by the Bidder, except as provided by law. In the event no contract document is to be executed by the successful Bidder, the Bid shall constitute an irrevocable offer to enter into a contract and the receipt of the purchase order from the Board pursuant to such contract shall signify the Board's acceptance of the Bidders offer to contract pursuant to the terms of the Bid Document.
Each Bidder may describe its Bidder service by responding, point-by-point, to the functional requirements of the Bid Document and shall so respond to the information requirements of the Bid Document. Such responses shall be tailored to specifically answer or clarify those portions of the Bid Document necessitating an answer or clarification. Regardless of the nature of the Bid as an "Offer," the addition of or reference to "boiler-plate" language, material or conditions shall not be used in the body of such a response and will be discarded and treated as if not part of the Bid and inclusion thereof may be grounds for rejecting the Bid . Additionally, regardless of the nature of the Bid as an "Offer," any language in the Bid altering any portion of these General Conditions, particularly, but not limited to, the sections of these General Conditions titled "Infringements and Indemnifications," "Termination of Contract," "Equal Employment Opportunity," and "Disclosure," will be discarded and treated as if not part of the Bid and inclusion thereof may be grounds for rejecting the Bid .
The successful Bidder shall furnish a bond to the Board covering faithful performance of the contract arising out of that Bid and payment of obligations arising there under in an amount equal to one hundred percent (100%) of the full sum provided for under the contract and that bond shall be conditioned upon the faithful performance of that contract and shall remain in effect for the duration of the contract term. This requirement may be satisfied by the successful Bidder posting a bond, or by providing a letter of credit or a cashier's check in the amount specified. If a bond satisfies the requirement, the surety for such bond shall be a surety company authorized to do business in the State of Ohio.
The successful Bidder shall furnish a bond to the Board covering faithful performance of the contract arising out of that Bid and payment of obligations arising there under in an amount equal to one hundred percent (100%) of the full sum provided for under the contract and that bond shall be conditioned upon the faithful performance of that contract and shall remain in effect for the duration of the contract term. This requirement may be satisfied by the successful Bidder posting a bond, or by providing a letter of credit or a cashier's check in the amount specified. If a bond satisfies the requirement, the surety for such bond shall be a surety company authorized to do business in the State of Ohio.
The Board, and any officers, employees, successors, administrators or agents of same, assume no responsibility nor liability for costs incurred in the preparation and/or submission of any Bid .
No Bid shall be withdrawn after it has been deposited with the Board. By submitting your Bid, you agree to leave your Bid firm for sixty (60) days after the Bid opening date unless some other duration is specified in the Bid Document.
The Bid Document may contain a sample contract document. If so, such contract document is an example of the contract document that the successful Bidder will be required to sign to evidence the Agreement between that successful Bidder and the Board stemming from this Bid solicitation. Alternative contract documents submitted by the Bidder will not be accepted. The Board shall fill in all blanks contained in the sample before such document is presented to the successful Bidder for signature. Additionally, only one version of any multiple version paragraphs appearing in the sample shall be in the contract document presented to the successful Bidder for signature. In the rare case of an error in the Bid Document, the actual contract document presented to the successful Bidder may differ from the sample.
When was organization established?
Style
01/01/1991
Has this business operated under a different name?
Please list all former names and the dates during which they were used.
Are there any exceptions to the details, requirements, or goals contained herein these project documents?
If there are exceptions to specifications, please attach a complete list of any and all exceptions. This must be uploaded to your bid to receive consideration.
Does your bid include warranties?
Please provided detailed warranty information.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload. Please note, this form must be notarized
Please download the below documents, complete, and upload. Please note, this form must be notarized
Bidder has read, understands, and accepts the General Conditions contained within the Bid documents?
Please download the below documents, complete, and upload.
Did you submit a bid for all items?
Bid Proposal will remain firm for acceptance for 90 days after bid opening unless otherwise stated?
How long will the bid remain valid?
Are prices firm for the Initial Two-Year Term?
Bidder is interested in first one-year extension option?
If yes, you agree to not exceed the CPI adjustment.
Vendor is interested in second one-year extension option?
If yes, you agree to not exceed the CPI adjustment
Vendor is interested in third one-year extension option?
If yes, you agree to not exceed the CPI adjustment
Bidder understands and will adhere to all prevailing wage requirements as listed herein and referred to in ORC 4115?
Bidder will notify both Montgomery County and the coordinating political subdivision as requested per bid specifications?
Bidder understands and will adhere to all insurance requirements, and agrees to meet or exceed all political subdivision specifications?
Please include first and last name, phone number, and email address of the main project contact related to this Bid.
When was organization established?
Style
01/01/1991
Are you registered to do business in Ohio?
As stated within the previous question, the proposer is required to furnish a Certificate of Good Standing from the Ohio Secretary of State showing the right of the proposer to do business in the State. Or, in the case that the proposer is an individual or partnership, the proposer shall certify it has filed, with the Ohio Secretary of State, a Power of Attorney designating the Ohio Secretary of State as the proposer agent for the purpose of accepting service of summons in any lawful legal action.
Please upload the applicable proof based on your current status at the time of this submittal.
Have you, or any of your principals, within a three-year period preceding award of this agreement been convicted of or been subject to a civil judgment rendered for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or Local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property?
Please provide detailed information about the existence of such instances in your organization.
Are you, or any of your principals, presently indicted for or otherwise criminally charged by a governmental entity (Federal, State, or Local) within commission of any of the offenses enumerated in the previous question?
Please provide detailed information about the existence of such instances in your organization.
Are you, or any of your principals, within the three-year period preceding this proposal date had one or more public transactions (Federal, State, or Local) terminated for cause or default?
The Bidder certifies that they are neither debarred nor suspended under Federal and State rulings from receiving Federal funds.
The Bidder certifies they will not use contract funds to lobby.
Please upload any additional information or supporting documentation you would like to provide.
By submitting this proposal, the respondent hereby certifies that they have read, reviewed, and fully understand all solicitation documents, questions, and answers (including all addenda) issued for this procurement. The respondent further certifies that all information provided within this submittal is true, accurate, and complete to the best of their knowledge. The submitting party confirms that they have the authority and have provided proof of such authority to submit this submission on behalf of the stated Company Name, thereby committing the company to the information and pricing contained herein.
Bidder hereby certifies that all information provided within this submittal is true, accurate and complete to the best of their knowledge. Submitting party or Bidder further acknowledges that they have authority and have provided proof of said authority to submit a Bid on behalf of the stated Company name committing them to the information and pricing contained within this Bid Response.
Is the Pre-Bid Conference mandatory?
What is the advertisement date?
Please enter in the following style:
Month Day, 2025.
E.g., January 31, 2025.
NOT, 01/31/2025.
What is the estimated yearly value of the contract?
DO NOT INCLUDE A DOLLAR SIGN
Will a performance bond be required?
What is the amount of the payment bond?
At whose attention should invoices be billed to?
Will work performed under this price agreement be subject to prevailing wage?
Is this agreement for One (1) Year price agreement with an option to extend for four (4) additional one (1) Year terms.?
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.