Sharpsburg Elementary (Replacement) School TESTING & INSPECTION SERVICES

Similar documents
Walk-In Freezer/Cooler Replacement at Williamsport High School

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

Replace Transmission - Bulldozer

Request for Bid/Proposal

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

B. The Bid is made in compliance with the Bidding Documents.

Convert Six East/West Tennis Courts to a North/South Orientation

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

INSTRUCTIONS TO BIDDERS

ADVERTISEMENT FOR BIDS

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

SOUTH COLONIE CENTRAL SCHOOL DISTRICT BOARD OF EDUCATION

REQUEST FOR QUOTATION

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

Charlotte-Mecklenburg Schools. Request for Qualifications

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

City of Forest Park Request for Proposals. Secure Access Control Systems

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

REQUEST FOR QUOTATION

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

SAN DIEGO CONVENTION CENTER CORPORATION

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

BID NO Troy School District

City of Bowie Private Property Exterior Home Repair Services

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Specification Standards for University of Washington Section

ADDENDUM NO. 1 ASPHALT PAVING REPAIR PROJECTS PROJECT NUMBER TU-1849

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

East Central College

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

Storage Cages for the Solid Waste Division of the Boone County Fiscal Court

construction plans must be approved for construction by the City PBZ department.

INSTRUCTIONS TO BIDDERS ARTICLE IB

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

INFORMATION FOR BIDDERS

GUILFORD COUNTY SCHOOLS Invitation for Bids

Mechanical and Plumbing Peer Review & Systems Inspections PROJECT DIRECTOR Kevin Ogle

PROJECT MANUAL QUEEN ANNE'S COUNTY, MARYLAND DEPARTMENT OF PARKS & RECREATION. April 11, 2016

INSTRUCTIONS TO BIDDERS

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Legal Defense Services Request For Proposals

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

GREENWICH PUBLIC SCHOOLS Purchasing Department 290 Greenwich Avenue Greenwich, CT (203) Fax (203)

REQUEST FOR BID PROPOSALS

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

SECTION NOTICE TO BIDDERS

INSTRUCTIONS TO BIDDERS

INVITATION PLEASE REFER TO BID NO TO BID

REQUEST FOR SEALED COMPETATIVE PROPOSALS PROPOSALS FOR CCTV/SURVEILLANCE UPGRADES OF:

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

INSTRUCTIONS TO BIDDERS

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

REQUEST FOR QUOTATION

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

BID PROPOSAL. To RM Builders on behalf of the Cherokee Nation Entertainment (hereinafter called Owner).

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.

AIA Document A701 TM 1997

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP")

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

REQUEST FOR QUOTATION

Request for Services Evaluate Cell Tower Lease Rates

INVITATION TO BID The Lodge Indoor Pool Deck Chairs

REQUEST FOR PROPOSAL RFP #14-03

BID REQUIREMENTS INVITATION TO BID #C19-14

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

Instructions to Bidders Page 1

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

REQUEST FOR PROPOSALS For. Guaranteed Energy Savings Contract

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

VENDING MACHINE SERVICES FOR THE BOONE COUNTY FISCAL COURT

City of New Rochelle New York

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

Transcription:

Bid Cover Sheet Sharpsburg Elementary (Replacement) School TESTING & INSPECTION SERVICES RFQ #2019-08 Procurement Schedule Issue Date: August 22, 2018 Pre-Bid Meeting: Deadline for Written Questions Submission: Bid Due: N/A September 13, 2018 at 4:30 PM EST September 21, 2018 at 11:00 AM EST Washington County Public Schools Center for Education Services 10435 Downsville Pike Hagerstown, Maryland 21740 Tentative Award Date: October 18, 2018 Dates and/or times are subject to change by the issuing of a written addendum. WCPS Contract Managers Procurement Officer Contract Administrator Scott Bachtell Brad Otto, P.E. Supervisor of Purchasing Project Manager 301-766-2842 301-730-2189 bachtsco@wcps.k12.md.us ottobra@wcps.k12.md.us This bid document is posted on the WCPS Purchasing website at www.wcpspurchasing.com. This is also the source for any/all addenda. Please register your company for notices about this bid and similar projects on our web site.

10435 Downsville Pike Hagerstown, MD 21740 301-766-2800 INVITATION TO BID August 22, 2018 RFQ: Pre-Bid Meeting: Bid Inquiries to: 2019-08 Testing & Inspection Services for Sharpsburg Elementary (Replacement) School N/A Brad Otto, P.E. ottobra@wcps.k12.md.us Scott Bachtell bachtsco@wcps.k12.md.us Bids shall be submitted in duplicate, along with additional documentation required per the Bid Solicitation instructions, in a Sealed Envelope showing bid name and due date on the outside of the envelope. Faxed or e-mailed bids will not be accepted. Bids delivered in person should be handed to a Purchasing Department staff member prior to the bid due date/time to ensure the bid is properly filed in advance of the Bid Opening. Bids not received prior to the day/time designated for the bid opening, or bids not submitted to the Purchasing Staff may not be properly filed. Such bids, upon discovery by the Purchasing Official, will be refused and/or returned unopened to the Bidder. The Purchasing Department is open Monday through Friday, 8:00 am 12:00 pm and 1:00 pm 4:30 pm local time, except national and school holidays. Address Mail or Delivery Package to: Attention: Scott Bachtell, Supervisor of Purchasing Telephone: (301) 766-2842 TO VIEW CURRENT SOLICITATIONS, PLEASE SEE THIS WEB ADDRESS: http://wcpspurchasing.com/bids/opportunities Building a Community That Inspires Curiosity, Creativity, and Achievement. www.wcpsmd.com

10435 Downsville Pike Hagerstown, MD 21740 301-766-2800 FOR BID RESULTS, PLEASE SEE THIS WEB ADDRESS: http://wcpspurchasing.com/bids/results NOTICE Notice is hereby given that Washington County Public Schools will accept sealed bids for the purpose of establishing a contract to perform testing & inspection services for the new Sharpsburg Elementary (Replacement) School, Bid 2018-23. The Contract /Bid Solicitation Documents for the construction of the new school were prepared by Smolen Emr Ilkovitch Architects (the Architect) and Washington County Public Schools (the Owner). Below is a summary of the project: BIDS DUE Sealed bids will be received at the Washington County Public Schools Center for Education Services Purchasing Office at 10435 Downsville Pike, Hagerstown, Maryland, 21740. Bids will be opened and read aloud at that time. Bids received after that time will not be accepted and will be returned unopened. Interested parties are invited to attend. No bidder may withdraw his bid for a minimum period of sixty (60) calendar days after the day of the bid opening. BID SOLICITATION AVAILABILITY Contractors may obtain the files that comprise the Bid Solicitation Document from the Purchasing Website on the following basis: 1. The solicitation document is available for viewing and download from the WCPS Purchasing Web site: www.wcpspurchasing.com. The bid solicitation document is made available to any person or company who chooses to obtain it from the website. To submit a bid, prequalification is a requirement. All contractors who have obtained a copy of the document from the website or by other means may not be eligible to submit a bid. Only the WCPS Purchasing Office can grant approval to bid. Only pre-qualified contractors are eligible to bid this project. Registration via the WCPS website is mandatory and is a two-step process. Approval at step one of the application is not sufficient for bidding construction work. WCPS Purchasing Office will notify each contractor in writing upon approval of the application to bid construction projects. 2. To check whether or not your company is pre-qualified, you may contact the Purchasing Office by calling Beverly Bergan at 301-766-2841, or by email to: bergabev@wcps.k12.md.us. The Bid Solicitation consists of electronic files which provide instructions, technical specifications, drawings, and supplemental addenda issued prior to the bid opening. Building a Community That Inspires Curiosity, Creativity, and Achievement. www.wcpsmd.com

10435 Downsville Pike Hagerstown, MD 21740 301-766-2800 3. The Bidder assumes all responsibility for downloading all electronic files and for coordinating any pertinent information contained in the Bidding Documents. Downloading/viewing only specific files or partial information will not relieve the contractor or subcontractor from the work indicated on other drawings or specifications comprising the complete bid solicitation. 4. Bids received from contractors who have not been pre-qualified seven days prior to the bid opening date may be refused or returned unopened to them. To become pre-qualified, complete the Prequalification Registration online by visiting our website, http://wcpspurchasing.com/vendors-contractors/becoming-wcps-vendor. 5. Contractors and subcontract bidders must be licensed to perform construction work in the State of Maryland in order to be eligible to bid. Contractors must meet WCPS eligibility requirements in order to bid this project as a prime bidder. Building a Community That Inspires Curiosity, Creativity, and Achievement. www.wcpsmd.com

10435 Downsville Pike Hagerstown, MD 21740 301-766-2800 OBJECTION TO AWARD Any company objecting to the bid procedure or the recommendation for award has five (5) business days following the date of award by the Board of Education to file a written protest with the Superintendent of Schools. It is the company s responsibility to ascertain and confirm the date/time of the pertinent Board Meeting. The written appeal must be submitted on company letterhead, dated and signed by the senior officer in the company. The protest letter must include a request for review and ruling by WCPS, a detailed statement of the legal and factual grounds for the protest, including the resulting prejudice to the company, copies of relevant documents, and a statement of the form of relief being requested. Failure to comply with these instructions may result in the protest being deemed not filed. Bid protests received later than five (5) days after the Board Meeting will result in the protest being deemed not timely. WCPS will not respond or address bid protests that do not conform to these instructions. BIDDING REQUIREMENTS The Owner may make such investigations as he deems necessary to determine the ability of the Bidder to perform the Work, and prospective Bidders may be required to furnish evidence of performance of similar projects of similar magnitude and complexity and all such information and data as requested. The Owner reserves the right to reject any bid if the evidence submitted by, or investigation of, such Bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligation of the Contract and to complete the Work contemplated therein. The Owner reserves the right to reject any or all bids, to waive irregularities in the bids, select alternates in any order and to make the award in the manner that the WCBOE determines will best serve the interests of WCPS. By order of: Washington County Public Schools Scott Bachtell, Supervisor of Purchasing Building a Community That Inspires Curiosity, Creativity, and Achievement. www.wcpsmd.com

10435 Downsville Pike Hagerstown MD 21740 301-766-2800 TESTING & INSPECTION SERVICES FOR CONSTRUCTION OF THE NEW SHARPSBURG ELEMENTARY (REPLACEMENT) SCHOOL RFQ 2019-08 AUGUST 22, 2018 SCOPE OF WORK The following is not intended to be an all-inclusive list of work required of Testing & Inspection Services but is intended to highlight and clarify items of this scope. The Bid Set of Contract Documents for Testing & Inspection Services consists of the following: This Scope of Work and the Form of Proposal for Testing & Inspection Services The complete set of Bid Construction Specifications for WCPS Bid 2018-23, dated 8-22-2018 The complete set of Bid Construction Drawings for WCPS Bid 2018-23, dated 8-22-2018 All addenda issued for WCPS Bid 2018-23 All alternates that were selected for WCPS Bid 2018-23 1. The scope of work for testing and inspections generally includes all testing and inspections as indicated in the Bid Set of Contract Documents for construction of the new Sharpsburg Elementary (Replacement) School as it relates to: Geotechnical/Soil, Concrete, Masonry, Structural Steel, and Fluid Applied Membrane Air Barriers. The Owner and Architect reserve the right to request inspections and testing at any time during the contract duration. 2. Provide Unit Prices on the Form of Proposal which shall include all costs necessary to complete this scope of work. No reimbursable costs will be allowed. After the quote due date and time, WCPS will announce the quantities that will be applied to each unit rate to develop a total project cost. The same quantities will be applied to every Form of Proposal submitted for equal comparison. The unit rates submitted on the accepted Form of Proposal will be the Contract Unit Rates. WCPS shall issue a Contract in the amount of the total project cost and purchase Testing and Inspection Services against the Contract based on the Contract Unit Rates. 3. The Contract Unit Rates are to remain firm for a time period of 24 months from the Contract start date. The Owner makes no guarantee that the time quantities provided in the contract will be exact as they are estimates for bid purposes only. The Testing Agency will invoice the Owner on a time and material basis up to the amount of the Contract. The Testing Agency will only be eligible for payment of actual services rendered. 4. In the event additional time is required prior to construction completion, the Testing Agency will inform the Owner in advance and provide an itemized estimate of the anticipated activities and number of hours. The value of additional testing and inspection services will be determined using the Contract Unit Rates for a total duration of up to 24 months from the Contract start date. If in agreement, the Owner will issue a change order Sharpsburg Elementary (Replacement) School Scope of Work Testing & Inspections RFQ 2019-08 Page 1 of 3 www.wcpsmd.com

10435 Downsville Pike Hagerstown MD 21740 301-766-2800 and will purchase additional testing and inspection services against the updated Contract and will issue payment for actual services rendered. 5. The Testing Agency shall not arrive or leave the site without advising the General Contractor. 6. The Testing Agency shall immediately inform the General Contractor and Owner upon observance of any noncompliant work. 7. Provide typed daily inspection reports to the Owner, General Contractor, Architect/Engineer, and Washington County Code Officials within 3 business days of the date of onsite inspection and/or within 3 business days of laboratory results indicating compliance or non-compliance of work. Failure to deliver reports within specified time may result in loss of payment of inspection work completed on that day. 8. No onsite minimum charges will be accepted. No reimbursable costs will be accepted. The Testing Agency will only be eligible for payment for actual time spent working onsite and services rendered. SCHEDULE 1. The work under this contract shall commence immediately upon issuance of Notice to Proceed/Award from the Owner. 2. The Testing Agency shall provide next day testing and/or inspections with notice given by noon the previous day. CONTRACT AGREEMENT AND INSURANCE 1. The AIA Document A101-2017, Standard Form of Agreement between Owner and Contractor, as modified by the Washington County Board of Education, Specification Section 00 52 13 shall serve as the contractual agreement for Testing & Inspection Services. 2. Reference Article 11 in the AIA Document A201 General Conditions of the Contract for Construction as modified by the Washington County Board of Education, Specification Section 00 72 13 in the Project Manual dated 8-22- 2018. All insurance requirements and limits identified in the General Conditions will apply to the Testing & Inspections Contract, with the following exceptions: Sharpsburg Elementary (Replacement) School Scope of Work Testing & Inspections RFQ 2019-08 Page 2 of 3 www.wcpsmd.com

10435 Downsville Pike Hagerstown MD 21740 301-766-2800 a. Paragraph 11.1.2.1.4; replace with the following: Umbrella excess liability or excess liability insurance or its equivalent with minimum limits of: $1,000,000 per occurrence; $1,000,000 aggregate for other than products/completed operations and auto liability; and $1,000,000 products/completed operations aggregate And including all of the following coverages on the applicable schedule of underlying insurance: i. Commercial general liability ii. Business auto liability; and iii. Employers liability b. Add a new Paragraph 11.1.2.1.7 as follows: Professional (errors or omissions) liability insurance or its equivalent with minimum limits of: $3,000,000 per occurrence; and $3,000,000 per aggregate 3. A Performance Bond and a Labor and Material Payment Bond will NOT be required. CONTRACTOR QUALIFICATIONS: 1. Established Testing & Inspections Agency for past ten (10) years. 2. Familiar, by past experience, with state and local government practices, procedures, laws, and regulations. 3. Past experience in consultation to include analysis and construction inspection for local government or school system. 4. Certify non-affiliation with any Contractor or Materials Manufacturer or Distributor. 5. Licensed to do business in the State of Maryland. Sharpsburg Elementary (Replacement) School Scope of Work Testing & Inspections RFQ 2019-08 Page 3 of 3 www.wcpsmd.com

TESTING & INSPECTIONS for SHARPSBURG ELEMENTARY (REPLACEMENT) SCHOOL WASHINGTON COUNTY, MARYLAND WASHINGTON COUNTY PUBLIC SCHOOLS Hagerstown, Maryland TESTING & INSPECTION SERVICES FOR CONSTRUCTION OF THE NEW SHARPSBURG ELEMENTARY (REPLACEMENT) SCHOOL 17525 Shepherdstown Pike Sharpsburg, Maryland 21782 Quotes due by email to: Scott Bachtell: bachtsco@wcps.k12.md.us Brad Otto: ottobra@wcps.k12.md.us FORM OF PROPOSAL RFQ #2019-08 Proposal of (Corporation, a partnership, or an individual hereinafter called Bidder ) organized and doing business and existing under the laws of the state of. I/We as the Bidder, in compliance with the Invitation to Bid for the selected contract package included herein for the Sharpsburg Elementary (Replacement) School, have examined the Bidding Documents, and have become familiar with all the conditions surrounding the construction of the proposed project, including the availability of materials and labor, hereby propose to furnish all labor, materials, services and equipment necessary to properly complete the Work in accordance with the Contract Documents and Addenda, and at the prices stated below. These prices are to cover all expenses incurred in performing the Work required under the Contract Documents, of which this Proposal is a part. COMPLETION TIME SCHEDULE OF WORK I/We as the Bidder, agree to begin to perform the Work at the time stated in the Notice to Award/Proceed and to substantially complete the entire work in accordance with the provisions of the Contract Documents. BASE BID UNIT PRICES The Unit Prices submitted on this Bid Form of Proposal are considered complete in-place prices including all costs for overhead, profit, all applicable Federal, State, Municipal or local taxes, labor, fringes, materials, equipment, insurance and any other incidentals related to the completion of work. Unit Prices shall remain firm for the period of the Contract. The undersigned acknowledges the Unit Prices are part of this Bid Proposal and, if awarded this Contract, agrees to perform the work at the Unit Prices and as directed by the Owner. RFQ 2019-08 Page 1 of 6 BID FORM

TESTING & INSPECTIONS for WILLIAMSPORT HIGH ADDITION WASHINGTON COUNTY, MARYLAND After the quote due date and time, WCPS will announce the quantities that will be applied to each unit rate to develop a total project cost. The same quantities will be applied to every Bid Form of Proposal submitted for equal comparison. The unit rates submitted on the accepted Bid Form of Proposal will be the Contract Unit Rates. WCPS shall issue a Contract and Purchase Order in the amount of the total project cost and purchase Testing and Inspection Services against the Contract and Purchase Order based on the Contract Unit Rates. It is mandatory to complete all lines. If an applicant writes N/A, None or similar notation or leaves a line blank for unit rates or total quantities, the bid will be disqualified. The undersigned proposes to furnish all labor, material, services, and equipment necessary to properly complete the Testing & Inspection work required for the construction of the new Sharpsburg Elementary (Replacement) School in strict accordance with the Contract Bid Documents for the following Unit Prices: A. On-Site Inspections Concrete Technician (Including collection of concrete cylinders, concrete slump & air content tests, etc.) Geotech/Soils Technician (Including soil testing, nuclear density and DCP tests, etc.) Masonry Inspections (Including temperature monitoring, grout tests, ladder checks, etc) Structural Steel Inspector (For visual inspections, bolt torque, etc. including cold-formed metal framing) Inspections for Fluid Applied Membrane Air Barrier The above unit rates are to be during normal working hours only. See Additional Information and Prices section for additional wage information. RFQ 2019-08 Page 2 of 6 BID FORM

TESTING & INSPECTIONS for WILLIAMSPORT HIGH ADDITION WASHINGTON COUNTY, MARYLAND B. Field and Laboratory Tests Modified or Standard Proctor Test Concrete Compressive Strength Test Floor Flatness Gauge Test Masonry Grout Tests Asphalt Density Test $ each $ each $ each $ each $ each C. Travel Charges Trip Travel Charge Includes labor, mileage, licenses, fuel, etc. for trip to and from job site. The awarded firm is allowed a maximum of one (1) trip travel charge per day. $ per trip D. Engineering Services/Office/Clerical Work Project Engineer Senior Engineer Licensed Professional Clerical RFQ 2019-08 Page 3 of 6 BID FORM

TESTING & INSPECTIONS for WILLIAMSPORT HIGH ADDITION WASHINGTON COUNTY, MARYLAND ADDITIONAL INFORMATION AND PRICES The following information and wage rates will be written into the Contract Documents. Overtime charges are applicable as follows: Example: Weekday, between the hours of 6 p.m. 6 a.m., Saturdays and Sundays Holiday Pay charges are applicable on the following dates, or in the following situations: Example: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving, Christmas Day Concrete Technician Soil Technician Masonry Technician Steel Inspector Overtime at $ /hr Holiday Pay at $ / hr Overtime at $ /hr Holiday Pay at $ / hr Overtime at $ /hr Holiday Pay at $ / hr Overtime at $ /hr Holiday Pay at $ / hr Lab Test CBR Lab Test Atterberg Limits Lab Test Sieve Analysis Lab Test Specific Gravity $ /each $ /each $ /each $ /each RFQ 2019-08 Page 4 of 6 BID FORM

TESTING & INSPECTIONS for WILLIAMSPORT HIGH ADDITION WASHINGTON COUNTY, MARYLAND LEED CERTIFICATION Bidders acknowledge this Project is to achieve LEED Silver Certification. If awarded this project, the Contractor shall perform those Sustainable Measures specifically identified as the responsibility of the Contractor in the Sustainability Plan or as otherwise required by the Contract Documents. The Contractor shall include with any substitution requests a written representation identifying any potential effect the substitution may have on Project s ability to achieve a Sustainable Measure or the Sustainable Objective. ADDENDA The following Addenda have been received and reviewed and all Work therein is incorporated in the Bid Form of Proposal: Addendum No. Date ATTACHMENTS The following items are mandatory and are to be included with the Bid Form of Proposal and shall be completed by the Bidder: 1. WCPS Bid/Proposal Affidavit Specification Section 00 20 50 2. List of hourly rates / fee schedule for all tests and hourly rates available through the Testing Agency but not listed directly on the Bid Form of Proposal. REPRESENTATIONS I/We as the Bidder, have reviewed the complete AIA Document A701 1997 Instructions to Bidders, as modified by the Washington County Board of Education, and agree with the terms and conditions specified therein and submit this Bid Proposal in accordance. The Owner reserves the right to reject any or all Bids. The Owner shall have the right to waive informalities and irregularities in the bids and in the bidding process and to accept the Bid which, in the Owner s judgment, is in the Owner s own best interests. A Bid not accompanied by a required bid security, or by other data required by the Bidding Documents, or a Bid which is in any way incomplete or irregular, is subject to rejection. No Bidder shall withdraw, modify, or cancel his bid, or any part thereof, for a minimum of sixty (60) calendar days after the receipt of bids. The undersigned shall complete the total Work within the timeframe previously stated once the Owner indicates acceptance of this Bid Proposal by way of a written Notice of Award or Letter of Intent within this minimum sixty (60) day time period, or any time thereafter before the Bid is withdrawn. I/We certify that this Bid is made without previous understanding, agreement, or connection with any person, firm or corporation submitting a bid for the same items and/or services and is, in all respects fair and without collusion or fraud; that none of this company's officers, directors or its employees have been convicted of bribery, attempted bribery, or conspiracy to bribe under the laws of any state or federal government; and that no member of the Board of Education of Washington County, RFQ 2019-08 Page 5 of 6 BID FORM

TESTING & INSPECTIONS for WILLIAMSPORT HIGH ADDITION WASHINGTON COUNTY, MARYLAND administrative or supervisory personnel or other employees of Washington County Public Schools have any interest in the bidding company except as follows: (complete if applicable) Respectfully submitted, By (Company) (Signature) (Date) (Printed Name) (Title) (Business Address) (Phone) (SEAL) If bid is by Corporation I/we the bidder represent, and agree that it is a precedent to acceptance of this bid, that the bidder has not been a party to any agreement to bid of fixed or uniform price. (Signature of Office & Title) (SEAL) SUBSCRIBED AND SWORN to before me, a Notary Public in the State of, County of City of this day of, 20. Commission Expires: NOTICE: The Washington County Board of Education reserves the right to award any, all or none due to budgetary constraints. END OF BID FORM OF PROPOSAL RFQ 2019-08 Page 6 of 6 BID FORM