Invitation for Bid # For. The Inn at Virginia Tech Carpet Replacement Project 9/13/2017

Similar documents
Invitation for Bid# For. Tailor Shop Press. October 17, 2017

Invitation for Bid For. Term Contract. Gasoline and Diesel Fuel for the Tidewater AREC. July 13, 2018

Request for Proposal # For. Athletics Viewing Towers. March 1, 2019

Request for Proposal # For. Custom Metal Outdoor Site Furnishings. August 15, 2018

Invitation for Bid For. Salad Bar Equipment. April 24, 2018

Request for Proposal # For. Ropes Confidence Course. July 6, 2017

COUNTY OF PRINCE EDWARD, VIRGINIA

Mold Remediation and Clean Up of Central High School

Invitation to Bid BOE. Diesel Exhaust Fluid

MANDATORY GENERAL TERMS AND CONDITIONS:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

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

INVITATION FOR BID IFB GMU-GMU March 14, Chi Nguyen, Katherine Sirotin,

Request for Proposal # For. Audio-Visual Design Services and Deployment of Technology for Virginia Tech Research Center. September 18, 2018

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Request for Bid/Proposal

INVITATION TO BID (ITB)

REQUEST FOR QUOTATION

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

Request for Proposals for Agent of Record/Insurance Broker Services

Request for Proposal. RFP # Towing Services Inoperable Vehicles

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

MANDATORY GENERAL TERMS AND CONDITIONS

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

INVITATION FOR BIDS LONGWOOD UNIVERSITY MATERIEL MANAGEMENT 201 HIGH STREET FARMVILLE, VIRGINIA 23909

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

BHP Project IFB #

Front Porch Roof Replacement Scope of Work

Request for Proposal. RFP # Recreation T-Shirts

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

Multiple Structure Asbestos Abatement and Demolition Project

Invitation To Bid. for

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY

RFP GENERAL TERMS AND CONDITIONS

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

CITY OF FLORENCE, SC INVITATION TO BID NO DEMOLITION AND LOT CLEARING at W. CHEVES STREET

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

Proposal No:

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

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

Botetourt County Public Schools

OFFICIAL BID SHEET. DATE: May 3, 2018

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

REQUEST FOR PROPOSALS

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

REQUEST FOR QUOTATION

Request for Proposal # for. Web-Based Client Relationship Management Tool for MBA Programs

Invitation for Bid. House Sale & Removal. University of Arkansas - Fort Smith (listed properties)

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

RFP Request for Proposal Residential Painting Services

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015

INVITATION TO BID NO PUBLIC WORKS ROOF REPAIR

COMMONWEALTH OF VIRGINIA ST AND ARD CONTRACT

INSTRUCTIONS TO BIDDERS

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

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

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

Invitation To Bid. for

Invitation To Bid. for

REQUEST FOR QUOTATION

INVITATION TO BID Acoustical Ceiling Tile

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting

Invitation To Bid. for

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

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

SECTION NOTICE TO BIDDERS

OSCEOLA COUNTY BOARD OF COUNTY COMMISSIONERS PROCUREMENT SERVICES OFFICE REQUEST FOR QUOTATION RFQ IS WIDE FORMAT PRINTING EQUIPMENT

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

BID DOCUMENTS FOR. WTP VFD Replacement Bid

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

DARLINGTON COUNTY PROCUREMENT. IFB: Darlington Library

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

AUGUSTA COUNTY SERVICE AUTHORITY

Invitation To Bid. for

Informal Solicitation #STEM_FURNITURE Fermob

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

England s Pleasant View Homeowner s Association REQUEST FOR PROPOSALS

PROPOSALS DUE NO LATER THAN 11:00 A.M., SEPTEMBER 23, 2015 (6 COPIES) TO THE ATTENTION OF KRAIG BOYNTON, PURCHASING AGENT.

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

CITY OF MANCHESTER REQUEST FOR PROPOSALS BUILDING DEMOLITION SERVICES

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

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

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

ADDENDUM NO. 1 GENERAL CLARIFICATIONS

RFP GENERAL TERMS AND CONDITIONS

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

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT

HSU Reddie Grill Renovation OFFICIAL BID SHEET

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL(S) FOR THE CITY OF MT. JULIET, TN

Transcription:

Invitation for Bid #0052641 For The Inn at Virginia Tech Carpet Replacement Project 9/13/2017 Note: This public body does not discriminate against faith-based organizations in accordance with the Code of Virginia, 2.2-4343.1 or against a bidder or offeror because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment.

INVITATION FOR SEALED BID #0052641 The Inn at Virginia Tech Carpet Replacement Project VIRGINIA POLYTECHNIC INSTITUTE AND STATE UNIVERSITY (VIRGINIA TECH) PROCUREMENT DEPARTMENT (MC 0333) NORTH END CENTER, SUITE 2100, 300 TURNER STREET NW BLACKSBURG, VIRGINIA 24061 DATE September 13, 2017 BID RETURN DATE AND HOUR September 29, 2017 2PM BID OPENING DATE AND HOUR September 29, 2017 3PM BIDDERS ADDRESS ADDRESS ALL INQUIRIES AND CORRESPONDENCE TO: Gregort Pratt, VCO, VCCO, CUPO Assistant Director for Facilities Support E-MAIL ADDRESS: gregp65@vt.edu TELEPHONE NUMBER (540) 231-7852 FAX NUMBER (540) 231-9628 AFTER HOUR MESSAGES (540) 231-6221 SPECIAL INSTRUCTIONS 1. Sealed Bids must be mailed, express mailed or hand delivered directly to the Procurement Department. Sealed Bids cannot be faxed or emailed directly to the Procurement Department, see Facsimile Bids of the attached General Terms and Conditions. 2. Responses must be submitted on this form and the attachment (s) provided. 3. Responses shall be signed below. 4. Responses will be received in the Virginia Polytechnic Institute and State University (Virginia Tech), Procurement Department (MC 0333), North End Center, Suite 2100, 300 Turner Street, NW, Blacksburg, VA 24061 until the bid opening date and hour or, if specified, the bid return date and hour shown above. Please note that USPS is delivered to a central location and is not delivered directly to Procurement. Allow extra time if sending proposal via USPS. It is the vendor s responsibility to ensure proposals are received in the Procurement office at the appropriate date and time for consideration 5. Contact the buyer listed above for bid award information. Enclose a self-addressed stamped envelope if you wish to obtain price information. 6. DELIVERY IS F.O.B. DESTINATION UNLESS OTHERWISE NOTED IN THE BODY OF THE BID. 7. Any ADDENDUM issued for this solicitation may be accessed at http://www.apps.vpfin.vt.edu/html.docs/bids.php. Since a paper copy of the addendum will not be mailed to you, we encourage you to check the web site regularly. 8. Bidders must be aware of the fees associated with the eva Business-To-Government Vendor Registration requirement described herein and at http://www.eva.state.va.us/ and submit prices accordingly. 9. Pre-Bid Conference: A Mandatory Pre-Bid conference will be held on Friday, September 22, 2017 at 11:00 AM. See Section Preproposal Conference, for additional information. CERTIFICATION: IN ACCORDANCE WITH THIS INVITATION FOR SEALED BID S AND SUBJECT TO ALL TERMS AND CONDITIONS CONTAINED HEREIN INCLUDING THE GENERAL TERMS AND CONDITIONS SHOWN AT http://www.procurement.vt.edu/content/dam/procurement_vt_edu/docs/terms/gtc_bid_01012016.pdf 2

THE UNDERSIGNED OFFERS AND AGREES TO FURNISH THE GOODS OR SERVICES FOR THE PRICE(S) OFFERED. FULL LEGAL NAME (PRINT) (Company name as it appears with your Federal Taxpayer Number) FEDERAL TAXPAYER NUMBER (ID#) DELIVERY DATE BUSINESS NAME/DBA NAME/TA NAME (If different than the Full Legal Name) FEDERAL TAXPAYER NUMBER (If different than ID# above) BILLING NAME (Company name as it appears on your invoice) FEDERAL TAXPAYER NUMBER (If different than ID# above) PURCHASE ORDER ADDRESS PAYMENT ADDRESS CONTACT NAME/TITLE (PRINT) SIGNATURE (IN INK) DATE E-MAIL ADDRESS TELEPHONE NUMBER TOLL FREE TELEPHONE NUMBER FAX NUMBER *BUSINESS CLASSIFICATION LARGE SMALL MINORITY- OWNED WOMEN-OWNED *Business Classification definitions can be viewed at http://www.procurement.vt.edu/vendor/class.html *Is your Classification certified by the Virginia Department of Small If yes, provide Certification Number: Business and Supplier Diversity (SBSD)? Yes No *For assistance with certification questions, please visit: http://sbsd.virginia.gov/ Is any member of the firm an employee of the Commonwealth of Virginia who has a personal interest in this contract pursuant to the Code of Virginia? YES NO SIGNATURE (IN INK) Date: THIS IS NOT AN ORDER Revised 7/01/2017 3

I. PURPOSE: The intent and purpose of this Invitation For Sealed Bid is to establish a purchase order with one or more qualified sources that can provide qualified labor, material, equipment, and supervision to remove and install new carpet per the attached documents for Virginia Polytechnic Institute and State University (Virginia Tech), an agency of the Commonwealth of Virginia. II. BACKGROUND: The Inn at Virginia Tech opened in July of 2005. It is the largest hotel and conference center in Blacksburg, Virginia. The Skelton Conference Center offers nearly 24,000 square feet of sonference space including a 700-seat ballroom and 10 conference rooms. The Inn itself has 147 hotel rooms and suites. The department associated with the Inn at Virginia Tech would like to renovate the carpeting within their main ballrooms, foyer, lobby areas, and various offices throughout the building. III. EVA BUSINESS-TO-GOVERNMENT ELECTRONIC PROCUREMENT SYSTEM: The eva Internet electronic procurement solution streamlines and automates government purchasing activities within the Commonwealth of Virginia. Virginia Tech, and other state agencies and institutions, have been directed by the Governor to maximize the use of this system in the procurement of goods and services. We are, therefore, requesting that your firm register as a trading partner within the eva system. There are registration fees and transaction fees involved with the use of eva. These fees must be considered in the provision of quotes, bids and price proposals offered to Virginia Tech. Failure to register within the eva system may result in the quote, bid or proposal from your firm being rejected and the award made to another vendor who is registered in the eva system. Registration in the eva system is accomplished on-line. Your firm must provide the necessary information. Please visit the eva website portal at http://www.eva.virginia.gov/pages/evaregistration-buyer-vendor.htm and register both with eva and Ariba. This process needs to be completed before Virginia Tech can issue your firm a Purchase Order or contract. If your firm conducts business from multiple geographic locations, please register these locations in your initial registration. For registration and technical assistance, reference the eva website at: http://www.eva.virginia.gov, or call 866-289-7367 or 804-371-2525. IV. SCOPE OF SERVICES A. Provide all labor, materials, and equipment required to complete all work associated with the renovations outlined in this Scope of Services, Attachment A Terms and Conditions, Attachment B - Gilbane Scope of Work, Attachment C Pye Interiors Project Seaming Diagram and Durkan Product Information (Base Bid) and Attachment D Pye Interiors Project Documents (Bid Add Alternate #1). Contractors are responsible to provide a complete system required for a complete and code compliant renovation. B. Contractor shall be responsible for an accurate installation of all carpet per contract drawings. Carpet patterns shall be linear and not include any variations which alter the aesthetic of the proposed pattern. Any discrepancies in the carpet pattern shall be remedied at the expense of the contractor with the contractor being responsible for any re-work required. See 4

ATTACHMENT C for Carpet specifications and seaming diagrams provided by PYE Interiors for the Durkan running seam carpet. C. Contractor shall be responsible for removing all existing carpet outlined in the contract documents and preparing floors to receive new carpet. Contractor will be responsible for any damage to the slab or any other existing condition during demo process. D. Contractor shall conduct all work associated with the Base Bid (Ballrooms, Foyer, and Lobby area) between December 19, 2017 and January 7, 2018. The Ballroom will be closed for construction during this period. Virginia Tech Renovations group will coordinate with client and contractor to allow work before December 19, 2017 if possible. All work associated with the Base Bid must be completed on or before January 7, 2018. E. Contractor shall have had previous experience installing this specific Durkan running seam carpet product on a similar scale and shall provide proof of successful installation along with references with their Bid. Failure to provide requested documentation will result in their bid being deemed non-responsive. F. Refer to attachment B for detailed scope of work. V. MANDATORY PRE-BID CONFERENCE: A mandatory pre-bid conference will be held on Friday, September 22, 2017 at The Inn at Virginia Tech at 11:00 am. The purpose of this conference is to allow potential Bidders an opportunity to view the site, present questions and obtain clarification relative to any facet of this solicitation. Due to the importance of all Bidders having a clear understanding of the specifications/scope of the work and requirements for this solicitation, attendance at this conference will be a prerequisite for submitting a bid. Bids will only be accepted from those Bidders who are represented at this prebid conference. Attendance at the conference will be evidenced by the signatures on the attendance roster. If a representative appears on your behalf, the representative must provide a signature and also identify the name of the Bidder. Bring a copy of this solicitation with you. Any changes resulting from this conference will be issued in a written addendum to this solicitation. No one will be admitted after 11:30 am. It is strongly recommended that you obtain a Virginia Tech parking permit for display on your vehicle prior to attending the conference. Parking permits are available from the Virginia Tech Parking Services Department located at 605 Research Center Drive, phone: (540) 231-3200, e-mail: parking@vt.edu. VI. METHOD OF PAYMENT: Virginia Tech will authorize payment to the contractor after each satisfactory installation of carpeting and receipt of the contractor s invoice. Payment can be expedited through the use of the Wells One AP Control Payment System. Virginia Tech strongly encourages participation in this program. For more information on this program please refer to Virginia Tech s purchasing website: http://www.procurement.vt.edu/vendor/wellsone.html VII. INVOICES: 5

Invoices for goods or services provided under any purchase order resulting from this solicitation shall be submitted to: VT Renovations - Gilbane 330 Sterrett Dr, Suite 201 Blacksburg, Virginia 24061 Or E-mail to VT Renovations project manager: Curtis Williams cwilliams@gilbaneco.com 540-231-7711 540-315-2750 VIII. PRICE SCHEDULE: (TO BE COMPLETED BY VENDOR): Bidder agrees to provide the materials and services described in, in accordance with the bid documents (inclusive of Attachments A through D) for the price(s) of: Base Bid: 2 nd Floor Carpet removal and installation (Lobby. Foyer, Ballrooms) $ Add Alternate 1: 3 rd Floor Offices Carpet removal and installation $ IX. ADDENDUM: Any ADDENDUM issued for this solicitation may be accessed at: http://www.apps.vpfin.vt.edu/html.docs/bids.php. Since a paper copy of the addendum will not be mailed to you, we encourage you to check the web site regularly. X. CONTROLLING VERSION OF SOLICITATION: The posted version of the solicitation and any addenda issued by Virginia Tech Procurement Services is the mandatory controlling version of the document. Any modification of/or additions to the solicitation by the Bidder shall not modify the official version of the solicitation issued by Virginia Tech Procurement Services. Such modifications or additions to the solicitation by the Bidder may be cause for rejection of the bid; however, Virginia Tech reserves the right to decide, on a case by case basis, in its sole discretion, whether to reject such a bid. XI. TERMS AND CONDITIONS: This solicitation and any resulting contract/purchase order shall be governed by the attached terms and conditions. XII ATTACHMENTS: Attachment A Terms and Conditions Attachment B Scope of Work Attachment C PYE Interiors Project Seaming Diagram & Durkan product information (Base Bid) Attachment D PYE Interiors Project documents (Add Alternate 1) 6

RFP/BID GENERAL TERMS AND CONDITIONS ATTACHMENT A TERMS AND CONDITIONS See http://www.procurement.vt.edu/content/dam/procurement_vt_edu/docs/terms/gtc_bid_01012016.pdf ADDITIONAL TERMS AND CONDITIONS: A. ADDITIONAL GOODS AND SERVICES: The University may acquire other goods or services that the supplier provides other than those specifically solicited. The University reserves the right, subject to mutual agreement, for the Contractor to provide additional goods and/or services under the same pricing, terms and conditions and to make modifications or enhancements to the existing goods and services. Such additional goods and services may include other products, components, accessories, subsystems, or related services newly introduced during the term of the Agreement. B. AUDIT: The Contractor hereby agrees to retain all books, records, and other documents relative to this contract for five (5) years after final payment, or until audited by the Commonwealth of Virginia, whichever is sooner. Virginia Tech, its authorized agents, and/or the State auditors shall have full access and the right to examine any of said materials during said period. C. AVAILABILITY OF FUNDS: It is understood and agreed between the parties herein that Virginia Tech shall be bound hereunder only to the extent of the funds available or which may hereafter become available for the purpose of this agreement. D. IDENTIFICATION OF BID/PROPOSAL ENVELOPE: The signed bid or proposal should be returned in a separate envelope or package and identified as follows: From: Name of Bidder or Offeror Due Date Time Due Street or Box No. City, State, Zip Code Name of Procurement Officer: Solicitation Number Solicitation Title The envelope should be addressed to: VIRGINIA POLYTECHNIC INSTITUTE AND STATE UNIVERSITY (Virginia Tech) Procurement Department (MC 0333) North End Center, Suite 2100 300 Turner Street NW Blacksburg, Virginia 24061 The offeror takes the risk that if the envelope is not marked as described above, it may be inadvertently opened and the information compromised, which may cause the proposal to be disqualified. Bids or Proposals may be hand delivered to the designated location in the office issuing the solicitation. No other correspondence or other bids/proposals should be placed in the envelope. 7

E. NOTICES: Any notices to be given by either party to the other pursuant to any contract resulting from this solicitation shall be in writing, hand delivered or mailed to the address of the respective party at the following address If to Contractor: Attention: Address Shown On IFB Cover Page Name Of Person Signing IFB If to Virginia Tech: Virginia Polytechnic Institute and State University (Virginia Tech) Attn: Gregory Pratt Procurement Department (MC 0333) North End Center, Suite 2100 300 Turner Street NW Blacksburg, Virginia 24061 and Gilbane VT Renovations Attn: Curtis Williams 330 Sterrett Dr, Suite 201 Blacksburg, Virginia 24061 F. SEVERAL LIABILITY: Virginia Tech will be severally liable to the extent of its purchases made against any contract resulting from this solicitation. Applicable entities described herein will be severally liable to the extent of their purchases made against any contract resulting from this solicitation. 8

SPECIAL TERMS AND CONDITIONS: BID AWARD OF CONTRACT: Virginia Tech will make the award on a Grand Total Base Bid basis to the lowest responsive and responsible bidder. Value of bids received as well as available funding shall determine if Additive Bid Item #1 is also awarded. The Virginia Tech Procurement Department also reserves the right to reject any or all bids, in whole or in part, to waive informalities and to delete items prior to making the award, whenever it is deemed in the sole opinion of Virginia Tech to be in its best interest COMPLETE INFORMATION: All offerors/bidders shall state manufacturer and product offered, and enclose complete and detailed specifications with Proposal/Bid for all products offered. This is required even if quoting on the exact brand name as shown. Failure to do so may cause Proposal/Bid to be considered nonresponsive. CONTRACTOR/SUBCONTRACTOR LICENSE REQUIREMENT: By my signature on this solicitation, I certify that this firm/individual and/or subcontractor is properly licensed for providing the goods/services specified Contractor Name: Subcontractor Name: License #: Type: FINAL INSPECTION: At the conclusion of the work, the contractor shall demonstrate to the authorized owner s representatives that the work is fully operational and in compliance with contract specifications and codes. Any deficiencies shall be promptly and permanently corrected by the contractor at the contractor's sole expense prior to final acceptance of the work. INSPECTION OF JOB SITE: My signature on this solicitation constitutes certification that I have inspected the job site and am aware of the conditions under which the work must be accomplished. Claims, as a result of failure to inspect the job site, will not be considered by Virginia Tech. INSURANCE: By signing and submitting a Proposal/Bid under this solicitation, the offeror/bidder certifies that if awarded the contract, it will have the following insurance coverages at the time the work commences. Additionally, it will maintain these during the entire term of the contract and that all insurance coverages will be provided by insurance companies authorized to sell insurance in Virginia by the Virginia State Corporation Commission. During the period of the contract, Virginia Tech reserves the right to require the contractor to furnish certificates of insurance for the coverage required. INSURANCE COVERAGES AND LIMITS REQUIRED: A. Worker's Compensation - Statutory requirements and benefits. B. Employers Liability - $100,000.00 C. General Liability - $1,000,000.00 combined single limit. Virginia Tech and the Commonwealth of Virginia shall be named as an additional insured with respect to goods/services being procured. This coverage is to include Premises/Operations Liability, Products and Completed Operations Coverage, Independent Contractor's Liability, Owner's and Contractor's Protective Liability and Personal Injury Liability. D. Automobile Liability - $500,000.00 E. Builders Risk For all renovation and new construction projects under $100,000 Virginia Tech will provide All Risk Builders Risk Insurance. For all renovation contracts, and new construction from $100,000 up to $500,000 the contractor will be required to provide All Risk Builders Risk 9

Insurance in the amount of the contract and name Virginia Tech as additional insured. All insurance verifications of insurance will be through a valid insurance certificate. F. The contractor agrees to be responsible for, indemnify, defend and hold harmless Virginia Tech, its officers, agents and employees from the payment of all sums of money by reason of any claim against them arising out of any and all occurrences resulting in bodily or mental injury or property damage that may happen to occur in connection with and during the performance of the contract, including but not limited to claims under the Worker's Compensation Act. The contractor agrees that it will, at all times, after the completion of the work, be responsible for, indemnify, defend and hold harmless Virginia Tech, its officers, agents and employees from all liabilities resulting from bodily or mental injury or property damage directly or indirectly arising out of the performance or nonperformance of the contract. PRIME CONTRACTOR RESPONSIBILITIES: The contractor shall be responsible for completely supervising and directing the work under this contract and all subcontractors that he may utilize, using his best skill and attention. Subcontractors who perform work under this contract shall be responsible to the prime Contractor. The contractor agrees that he is as fully responsible for the acts and omissions of his subcontractors and of persons employed by them as he is for the acts and omissions of his own employees. PRODUCT INFORMATION: The offeror/bidder shall clearly and specifically identify the product being offered and enclose complete and detailed descriptive literature, catalog cuts and specifications with the Proposal/Bid to enable Virginia Tech to determine if the product offered meets the requirements of the solicitation. Failure to do so may cause the Proposal/Bid to be considered nonresponsive. REFERENCES: Offerors/Bidders shall provide a list of at least three (3) references where similar goods and/or services have been provided. Each reference shall include the name of the organization, the complete mailing address, the name of the contact person and telephone number. ORGANIZATION CONTACT PERSON ADDRESS TELEPHONE 1. 2. 3. SAFETY: The contractor bears sole responsibility for the safety of its employees. The contractor shall take all steps necessary to establish, administer, and enforce safety rules that meet the regulatory requirements of the Virginia Department of Labor and Industry (VDLI) and the Occupational Safety and Health Administration (OSHA). The contractor shall take steps as necessary to protect the safety and health of university employees, students, and visitors during the performance of their work. In addition, the contractor must also provide the university with a written safety program that it intends to follow in pursuing work under this contract. By entering into a contract with Virginia Tech, the contractor and its 10

subcontractors agree to abide by the requirements described in Safety Requirements for Contractors and Subcontractors located on Virginia Tech s Environmental, Health and Safety Services (EHSS) web site at this URL http://www.ehss.vt.edu/programs/contractor_safety.php. A copy of the publication may also be obtained by contacting EHSS at 540/231-5985. No work under this contract will be permitted until the university is assured that the contractor has an adequate safety program in effect. SIDEWALK POLICY: Driving on sidewalks is allowed when there is no other way to get a needed vehicle to a designated place or building on campus. The vehicle operator shall be made aware that extreme caution shall be used to operate the vehicle in a way that will not be a hazard or hindrance to pedestrians using the walk. The contractor shall be responsible for any damage to turf and anything that is located adjacent to the walk. Parking an unattended vehicle on a sidewalk is strictly prohibited by State Law. The contractor is allowed to park a vehicle on a sidewalk if there is no other way to perform necessary work. The procedure to obtain a permit to operate a vehicle on sidewalks is the same as for the turf as outlined in Turf Policy. Any vehicle parked illegally on sidewalks shall be subject to ticketing, fines and towing if necessary. SUBCONTRACTS: No portion of the work shall be subcontracted without prior written consent of Virginia Tech. In the event that the contractor desires to subcontract some part of the work specified herein, the contractor shall furnish Virginia Tech the names, qualifications and experience of their proposed subcontractors. The contractor shall, however, remain fully liable and responsible for the work to be done by his subcontractor(s) and shall assure compliance with all requirements of the contract. TURF POLICY: Parking or driving on campus turf or sidewalk is strictly prohibited, except as specifically directed or otherwise allowed by the Physical Plant Grounds Department. In this case, a turf permit must be obtained from Virginia Tech Parking Services and displayed by the vehicle. Turf parking is not allowed under the canopy of any tree on campus. Any vehicle parked illegally on turf or sidewalks shall be subject to ticketing and fines. WARRANTY (COMMERCIAL): The contractor agrees that the supplies or services furnished under any award resulting from this solicitation shall be covered by the most favorable commercial warranties the contractor gives any customer for such supplies or services and that the rights and remedies provided therein are in addition to and do not limit those available to Virginia Tech by any other clause of this solicitation. A copy of this warranty must be furnished with the Proposal/Bid. WORK SITE DAMAGES: Any damage to existing utilities, equipment or finished surfaces resulting from the performance of this contract shall be repaired to the Owner's satisfaction at the contractor's expense. 11

VT Renovations Department 20 Sterrett Facilities Complex Blacksburg, Virginia 24061 ATTACHMENT B SCOPE OF WORK Work Order Name: Carpet Replacement Inn at VT WO#: GG1155-17-283223 Client: Tom Shaver Project Location: The Inn at Virginia Tech Date Issued: 9/11/2017 All work is subject to the VT Renovations Standard Conditions dated 2/16/2013. All asbestos containing materials, as identified by the official lead and asbestos report, shall be abated as required prior to the installation of new work. Scope of Work: 1. This scope encompasses all Contractors and Subcontractors on site. 2. Contractors and Subcontractors are responsible for visiting, reviewing, and understanding the existing site conditions prior to submitting their proposal. 3. Contractors to provide all labor, materials, and equipment required to complete all work associated with the renovations outlined in this scope of work and on the contract drawings. Contractors are responsible to provide a complete system required for a complete and code compliant renovation. 4. The Contractor shall note that the building will be occupied during construction activities and that the passageways must remain open at all times with VTR and client. 5. Each Contractor shall be responsible to maintain a clean and orderly working environment and surrounding area for your work. At a minimum, this will be done at the end of each shift, including at the request of VTR/client. 6. All Contractors are responsible for site safety conditions and maintaining a safe work site that complies with all applicable OSHA/EHS and local safety guidelines. 7. Contractor shall properly prevent unauthorized access to the site and secure all tools, materials, and equipment. Lost, damaged, or stolen items are sole responsibility of each Contractor on site. 8. Storage/building room used for material storage or working place must be clean and left as preconstruction condition. 9. Attic Stock the Contractor shall coordinate with VTR and client for location to store material to turnover. 10. The Contractor shall coordinate all inspections with VTR and the client and provide a minimum of 48 hours notice. 11. Smoking/vaping in the facility or on the grounds other than in designated smoking areas away from the building is prohibited.

VT Renovations Department 20 Sterrett Facilities Complex Blacksburg, Virginia 24061 ATTACHMENT B 12. The Contractor shall not store materials, tools, equipment, debris, or any other items outside of the project areas identified at preconstruction. 13. The Contractor shall bear the cost of any and all required dumpsters or waste storage vessels. Placement of all dumpsters or other vessel shall be coordinated with VT Renovations prior to any delivery on site. 14. The Contractor shall provide no fewer than 72 hours notice for any activities that will affect areas outside of the project rooms. Any such activities must be coordinated and approved by the VT Renovations PM and client prior to scheduling. 15. VT Renovations will work diligently as possible to procure all design, revisions, approvals, bidding and permits. Please note that VT Renovations cannot control external departments review time/approval permit processing. If any items impact the project schedule, the Contractor shall provide a project impact schedule. 16. Within one week after a purchase order is issued the Contractor shall prepare and submit to VT Renovations project schedule of values, a preliminary bar graph schedule showing start date, finish date, logic, and sequencing of all activities. The preliminary bar graph schedule shall be in sufficient detail to show the sequencing of the various trades for reach floor level, wing, or work area. VT Renovations will confirm their acceptance of the schedule or provide comments. An updated project schedule shall be submitted as a native PDF no less frequently than with monthly progress payments. The schedule shall be prepared in MS Project, Primavera, or some other scheduling program. Hand drawn schedules, schedules prepared in MS Excel, or schedules without logic will not be accepted. The schedule shall be time-scaled in weekly increments, shall indicate the estimated starting and completion dates for reach major element of the Work by trade and by area, level, or zone, and shall schedule dates for all salient features, including but not limited to the placing of orders for materials, submission of shop drawings and other Submittals for approval, approval of shop drawings by Architect/Engineer, the manufacture and delivery of material, the testing and installation of materials, supplies and equipment and all Work activities to be performed by the Contractor. The Contractor shall allow sufficient time in his schedule for the A/E to conduct whatever associated reviews or inspections as may be required under the A/E s contract with the Owner. The Contractor shall allow sufficient time in his schedule for the UBO to conduct whatever associated reviews or inspections as may be required. No progress payments will be payable to the Contractor until after it has submitted a preliminary schedule which is acceptable to VT Renovations. Neither the

VT Renovations Department 20 Sterrett Facilities Complex Blacksburg, Virginia 24061 ATTACHMENT B second progress payment nor any subsequent payment shall be payable to the Contractor until it has submitted a fully complete Project schedule accepted by the Owner. Nor shall subsequent progress payments be payable to the Contractor unless and until he maintains the monthly schedule. Contractor will included a line item for project schedules updates in to the schedule of values on the pay application. 17. The Contractor shall adequately staff the project at all times to ensure the project stays on schedule. Contractor shall notify VT Renovations in writing of any delay within 48 hours at which time the Contractor shall submit a recovery schedule. 18. Contractor shall be responsible for an accurate installation of all carpet per contract drawings. Carpet patterns shall be linear and not include any variations which alter the aesthetic of the proposed pattern. Any discrepancies in the carpet pattern shall be at the cost of the contractor, and the contractor shall be responsible for any re-work. (See Attachment C of Invitation for Bids.) 19. Contractor shall be responsible for removing all existing carpet outlined in the contract documents and preparing floors to receive new carpet. Contractor will be responsible for any damage to the slab or any other existing conditions during demo process. 20. Contractor shall document and keep photo proof of existing conditions of all base to remain and cover and protect during construction. All base to remain will be specified in the updated set of contract documents. 21. Contractor shall conduct ALL work associated with the Base Bid (Ballrooms, Foyer, and Lobby area) between December 19 th and January 7 th. This schedule constraint must be met as the user will need this space January 8 th. The Ballroom will be closed for construction during this period. VTR will coordinate with client and contractor to allow work before December 19 th. All work associated with the Base Bid must be completed by January 7 th. Contractor shall be able to complete work associated with Add Alternate before, during, or after the time allotted for the base bid. Contractor shall coordinate schedule for Add alternate with VTR project manager. 22. Contractor shall provide all labor, equipment and material to cover expansions joints. Covers shall not require any cutting into slab and shall provide smooth transition at expansions joints. Cover type to be provided in future addendum.

VT Renovations Department 20 Sterrett Facilities Complex Blacksburg, Virginia 24061 ATTACHMENT B By signature attested below, all parties agree to the above scope of work: (required for all subcontractors to acknowledge and sign) Contractor(s): Contractor(s): Contractor(s): Contractor(s): Contractor(s): Date: Date: Date: Date: Date:

Job# 115956 Budget Estimate# 34846 Rev 2 7/13/17 Valid until August 12, 2017 PYE INTERIORS INN AT VIRGINIA TECH PUBLIC SCOPE OF WORK *Order placement constitutes customer approval of seaming diagram for pattern location/design layout. Yardages must be verified by client's installation technician or other qualified client representative as Durkan is not responsible for final yardage requirements. Order placement also indicates your acknowledgement and approval of all notations listed on the seaming diagram. For assistance, please contact the following: STEPHANIE WALSH Stephanie_Walsh@mohawkind.com 804-353-9668 Job# 115956 Page 1 of 7 Budget Estimate# 34846 Rev 2

Flooring Items JOB#/ITEM 115956-A AREA DESCRIPTION PATTERN Ballroom ES16914 STRIKE-OFF# STYLE BACKING WIDTH QUANTITY PRICE PER UNIT EH11P COLORSHIELD TT.36 WELDLOK AIR 12 FT 953.00 SY $46.63 SY TOTAL FLOORING COST $44,438.39 MAX OVERAGE 5% TOTAL FLOORING COST + MAX OVERAGE $46,660.30 JOB#/ITEM 115956-B AREA DESCRIPTION PATTERN Corridor Runner ES54989 STRIKE-OFF# STYLE BACKING WIDTH WIDTH TT QUANTITY PRICE PER UNIT EH11P COLORSHIELD TT.36 WELDLOK AIR 12 FT no split 216.00 SY $46.63 SY TOTAL FLOORING COST $10,072.08 MAX OVERAGE 10% TOTAL FLOORING COST + MAX OVERAGE $11,079.28 Job# 115956 Page 2 of 7 Budget Estimate# 34846 Rev 2

JOB#/ITEM 115956-C AREA DESCRIPTION PATTERN PATTERN NOTES South Foyer R1372ES ES54408 corridor runner STRIKE-OFF# STYLE BACKING WIDTH WIDTH TT QUANTITY PRICE PER UNIT EH11P COLORSHIELD TT.36 WELDLOK AIR 12 FT split to 6 ft 48.00 SY $46.63 SY TOTAL FLOORING COST $2,238.24 MAX OVERAGE 10% TOTAL FLOORING COST + MAX OVERAGE NOTES $2,462.06 36sy needed/48sy minimum JOB#/ITEM 115956-D AREA DESCRIPTION PATTERN Corridors ES53987 STRIKE-OFF# STYLE BACKING WIDTH QUANTITY PRICE PER UNIT EH11P COLORSHIELD TT.36 WELDLOK AIR 12 FT 317.00 SY $46.63 SY TOTAL FLOORING COST $14,781.71 MAX OVERAGE 10% TOTAL FLOORING COST + MAX OVERAGE $16,259.88 JOB#/ITEM 115956-E AREA DESCRIPTION PATTERN For Fill D31335 STRIKE-OFF# STYLE BACKING WIDTH QUANTITY PRICE PER UNIT EH11P COLORSHIELD TT.36 WELDLOK AIR 12 FT 960.00 SY $46.63 SY TOTAL FLOORING COST $44,764.80 MAX OVERAGE 5% TOTAL FLOORING COST + MAX OVERAGE $47,003.04 Job# 115956 Page 3 of 7 Budget Estimate# 34846 Rev 2

JOB#/ITEM 115956-F AREA DESCRIPTION PATTERN Stairs D31335 STRIKE-OFF# STYLE BACKING WIDTH QUANTITY PRICE PER UNIT EH11P COLORSHIELD TT.36 ABAC- WELDLOK 12 FT 94.00 SY $41.88 SY TOTAL FLOORING COST $3,936.72 MAX OVERAGE 10% TOTAL FLOORING COST + MAX OVERAGE $4,330.39 Job# 115956 Page 4 of 7 Budget Estimate# 34846 Rev 2

Base Bid ATTACHMENT C

Base Bid ATTACHMENT C

STORAGE C321 P2 ACCT'G OFFICE C323 P1/P2 HOTEL CONTROLLER C323C ACCTS REC'VABLE C323B P1 P1 STO. C323A STAIR C5 P2 CONFERENCE C325 P1/P2 FINISH NOTES GENERAL NOTES 1. DEMOLISH FLOORING THROUGHOUT PROJECT AREA AND PREPARE FLOORS AS REQUIRED TO RECEIVE NEW CARPET TILE 2. DEMOLISH ISTING VINYL BASE THROUGHOUT PROJECT AREA AND PREPARE WALLS TO RECEIVE NEW VINYL BASE 3. PAINT ALL WALLS IN P1 GENERAL WALL PAINT CEPT WHERE INDICATED ON PLAN 4. PAINT ALL METAL DOOR FRAMES IN P3 5. AT TRANSITIONS FROM CARPET TILE TO ISTING CARPET AND ISTING VINYL TILE, PROVIDE ROPPE TRANSITION STRIP IN COLOR: 137 CINNABAR FINISH MATERIAL SPECIFICATIONS +1 434 971 1393 +1 434 971 1785 fax pyeinteriors.com 100 10th Street, NE Suite 201 Charlottesville, VA 22902 INSPIRING SPACES EDUCATION I HEALTHCARE I CORPORATE P1 P2 P2 RCPT'N C327 P1/P2 P1 P2 P3 CARPET TILE GENERAL WALL PAINT ACCENT WALL PAINT TRIM PAINT J&J INVISION, REVUE MODULAR 7906, COLOR 545 CARRIE, 24" X 24", MONOLITHIC INSTALLATION (CONTACT BRANDON MOSBY 757.705.5715) SHERWIN WILLIAMS, SW 9119 DIRTY MARTINI, EGGSHELL FINISH SHERWIN WILLIAMS, SW 6356 COPPER MOUNTAIN, EGGSHELL FINISH SHERWIN WILLIAMS, SW 6150 UNIVERSAL KHAKI, SEMI GLOSS FINISH OFFICE C329 P1 VINYL BASE ROPPE, VINYL BASE TYPE TV, COLOR: 632 FLAX, 1/8" THK X 4" HT. OFFICE C331 P1 FINISH LEGEND CORRIDOR CCC4 P1 OPEN OFFICE C334 P2 P1/P2 FILES, MAIL, COFFEE, COPIER C336 OFFICE C333 OFFICE C335 OFFICE C337 HSKPG C6 P1 P1 P1 STAIR C9 P1 ACT1 MATERIAL FLOOR MATERIAL BASE MATERIAL WALL MATERIAL CEILING MATERIAL INDICATES CHANGE IN FLOORING MATERIAL ONLY AREA BRACKETED TO RECEIVE MATERIAL INDICATED SHADED AREAS NOT IN CONTRACT (N.I.C.) THE INN AT VIRGINIA TECH 3RD FLOOR OFFICE SUITE 901 PRICES FORK ROAD BLACKSBURG, VIRGINIA ELEV. C7 VEST. AC REVISIONS 1 A-1 FINISH PLAN SCALE: 1/8"=1'-0" CLIENT CONTACT: TOM SHAVER INN AT VIRGINIA TECH 540.231.0101 DESIGN CONTACT: SUSAN CASH PYE INTERIORS 434.971.1393 PROJECT NUMBER: 1634 SCALE: DRAWN BY: CHECKED BY: 1/8" = 1'-0" NB SC DATE: 10.7.16 FINISH PLAN SHEET NUMBER: A-1