I NVITATION FOR B IDS ROAD/STREET NAME SIGNS

Similar documents
Request for Proposal Public Warning Siren System April 8, 2014

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

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

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

REQUEST FOR PROPOSAL. Nurturing Parent Program

INVITATION TO BID (ITB)

MANDATORY GENERAL TERMS AND CONDITIONS:

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020

MIDDLE PENINSULA REGIONAL SECURITY CENTER REQUEST FOR PROPOSAL SECURITY SYSTEM INSTALLATION AND SUBSEQUENT SERVICE/MAINTENANCE

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

Mold Remediation and Clean Up of Central High School

Request for Proposal. RFP # Recreation T-Shirts

Botetourt County Public Schools

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

Request for Proposals for Agent of Record/Insurance Broker Services

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV.

MANDATORY GENERAL TERMS AND CONDITIONS

Request for Proposal. RFP # Towing Services Inoperable Vehicles

FARMERS MARKET AGREEMENT. I. PARTIES: The parties to this Agreement are the Town of Purcellville (hereinafter Town ) and the contractor.

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

Contract No NO0. Page 1 of 12 CONTRACT: 11157NO0. Lake Jackson Study - Dam. Between:

Request for Proposals. Forensic Accounting Audit Services

Invitation For Bid. Uniforms IFB U

COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES

RFP GENERAL TERMS AND CONDITIONS

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

REQUEST FOR PROPOSALS

CONTRACT: 7005B00 SUBJECT: COPIER RENTAL. Between: PRINCE WILLIAM COUNTY 1 COUNTY COMPLEX COURT (MC460) PRINCE WILLIAM, VA

COUNTY OF LOUISA, VIRGINIA

SUU Contract for Workshops and Entertainment

REQUEST FOR QUOTATION Relocation of Office Trailer RFQ NUMBER:

Tobacco Use Prevention Grantees FY

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. RFP # Delinquent Tax Collection Services

SECTION D: Fiscal Management. DA Management of Funds 4/14. DB Annual Budget 7/15. DG Custody and Disbursement of School Funds 4/15

HVAC Remodel Second Floor North Center Building

Request for Proposal Internet Access

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY

CARLYLE HOUSE BANK BUILDING LOW ROOFING REPLACEMENT 121 N. Fairfax Street Alexandria, Virginia PROJECT MANUAL

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

COUNTY OF PRINCE WILLIAM

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

REQUEST FOR PROPOSALS FOR ACCOUNTING SERVICES

INSTRUCTIONS TO BIDDERS

for Electrical Engineering Services for Smyth County School Board An Original and Three (3) complete copies of Sealed Proposals Due

Invitation for Bids IFB # VIT

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

INVITATION TO BID Install Spray Foam Polyurethane Roof

Culpeper County Public Schools

FIXTURING/INSTALLATION AGREEMENT

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

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

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

MIDDLE PENINSULA REGIONAL SECURITY CENTER Serving: The Counties of Essex, King and Queen, King William, Mathews and Middlesex

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA PH: FAX:

ANNEX A Standard Special Conditions For The Salvation Army

INVITATION FOR BID ISSUE DATE: 6/21/16 IFB:

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF PRINCE EDWARD, VIRGINIA

INVITATION TO BID Acoustical Ceiling Tile

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

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

AUGUSTA COUNTY SERVICE AUTHORITY

City of Bowie Private Property Exterior Home Repair Services

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) May 26, 2017

Front Porch Roof Replacement Scope of Work

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

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

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Request for Proposal Airwatch Mobile Device Management

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

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

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

Black Hawk County Engineer

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

CITY OF GAINESVILLE INVITATION TO BID

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

Request for Qualifications

BID DOCUMENTS FOR. WTP VFD Replacement Bid

ORANGE COUNTY PUBLIC SCHOOLS REQUEST FOR PROPOSAL #

INVITATION TO BID U Directional Boring Utility Department

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Transcription:

BEDFORD COUNTY I NVITATION FOR B IDS ROAD/STREET NAME SIGNS Issue Date: July 24, 2011 Deadline for Submissions: 3:00 PM EST on August 8, 2011 Bedford County Administration Office Attn: Brigitte Petersen, Procurement 122 East Main Street, Suite 205 Bedford, VA 24523 1

Department of Community Development Road/Street Name Signs Bedford County, Virginia July 24, 2011 1.0 INTRODUCTION 1.01 Purpose: The Bedford County Procurement Department invites sealed bids for the repair, maintenance and replacement of existing signs and installation of any new road/street name signs. The services will include furnishing signs, signposts, post caps, all hardware and labor necessary for maintenance, installation and replacement of E911 road and street signs within Bedford County. 1.02 Contract Term: The initial term of this contract is one (1) year, commencing September 19, 2011. The term may be extended for two (2) additional years in one-year increments by the County upon written agreement of both parties. 1.03 Cooperative Agreement: This solicitation is being conducted on behalf of other public bodies under the provisions of 2.2-4304 of the Virginia Public Procurement Act, Cooperative Procurement, as stated, a public body may purchase from another public body s contract even if it did not participate in the Request for Proposal or Invitation, if the Request for Proposal or Invitation to Bid specified that the procurement was being conducted on behalf of other public bodies. If authorized by the Bidder(s), the resultant contract(s) may be extended to any jurisdiction within the Commonwealth of Virginia to purchase at contract prices in accordance with contract terms. Any jurisdiction using such contracts shall place its own order(s) directly with the Successful Bidder(s). Bedford County acts only as the Contracting Agent and is not responsible for placement of orders, payment or discrepancies of the participating jurisdictions. It is the Bidder s responsibility to notify the jurisdictions of the availability of contract(s). Bidders desiring to offer to other jurisdictions under this clause shall so indicate in their response. 2.0 SCOPE OF SERVICES 2.01 Materials: A. All signs, posts and related materials furnished and installed must be equal in all aspects to existing signs to ensure uniformity throughout the County. All new signs 2

must meet the latest standards for street signs as provided by the Manual on Uniform Traffic Control Devices (MUTCD) for Street and Highways, 2009 Edition, including the new retroreflectivity requirements. B. The background of all signs on public roads must be covered with green 3M high intensity sheeting meeting the new retroreflectivity requirements. White 3M high intensity prismatic sheeting meeting the new retroreflectivity requirements shall be used for text and arrows. Street name letters shall be Clearview font style and composed of initial upper-case letters at least 6 inches in height and lower-case letters at least 4.5 inches in height on all public 2-lane roads. On multi-lane streets with speed limits greater than 40 mph, the lettering shall be composed of initial upper-case letters at least 8 inches in height and lower case letters at least 6 inches in height, per VDOT recommendations. Private roads with speed limits of 25 mph or less will have initial upper case letters at least 4 inches in height and lower-case letters at least 3 inches in height. No border shall be used. C. For private roads, the background of all signs must be covered with brown 3M high intensity sheeting meeting the new retroreflectivity requirements. White 3M high intensity prismatic sheeting meeting the new retroreflectivity requirements shall be used for text and arrows. Street name letters shall be Clearview font style. Private roads with speed limits of 25 mph or less will have initial upper case letters at least 4 inches in height and lower-case letters at least 3 inches in height. No border shall be used. D. Sign blanks will be a minimum of 0.080 gauge extruded aluminum, double faced, with rounded corners. Blanks will be 6 inches in width for private streets and 9 inches in width for public streets, and 24, 30, 36, 42, 48 or 54 inches in length, depending on the number of letters in the name. Lynchburg Salem Turnpike is a multilane road which runs east and west through Bedford County and will require a 10 inch wide blank to accommodate the upper case 8 inches in height and lower-case 6-inches in height letters. Supplementary lettering to indicate the type of street (such as Street, venue or Road) will be in smaller lettering and conform to U.S. Post Office standards. E. All signs shall have a 10-year or longer warranty. F. Posts, Brackets and Hardware i. Sign sets are to be mounted on either round 2-3/8 outside diameter or square 2 x 2, galvanized steel posts, with a minimum 0.065 inch wall thickness. ii. Mounting brackets, caps and related hardware shall be adaptable to the post and of the same material as the posts. G. Breakaway Couplings i. Bidders are asked to provide an option for materials and labor to provide for couplings designed for posts to meet Federal Highway Administration National 3

Cooperative Highway Research Program (NCHRP) Report 350 test requirements for breakaway (forgiving) supports. H. Installation i. Signs shall be installed so that they do not obstruct the view of existing signs in the vicinity. ii. Signs shall be installed so that the name plates are perpendicular (or as close to perpendicular as feasible) to oncoming traffic. iii. Vandal resistant set screws are to be used on all brackets. The Bidder shall provide the County with 3 sets of vandal resistant tools for removal or adjustment of set screws. iv. The post cap set screws are to be embedded into the post and the set screws holding the signs are to extend through the sign panels. v. The Bidder shall coordinate with VDOT, utility companies and land owners for the placement of the signs. The Bidder shall contact Miss Utility and utility owners and have all underground utilities located prior to installation of signs. If damage to existing utilities occurs during construction, the Bidder shall report the damage immediately to the appropriate utility company and the land owner, and shall immediately correct all damages at the Bidder s expense. vi. The Bidder shall restore all property to a condition equal to that before the work began. vii. The Bidder shall not disrupt traffic and shall coordinate any traffic control required with VDOT. I. Miscellaneous i. The Bedford County Department of Community Development provides the final approval for any new road names. ii. Requests for replacement or repair of existing signs will be made to the Bidder by the Bedford County Department of Community Development. iii. Once the Bidder has been contacted requesting the installation or repair of a sign, requested installation or repair shall be completed within 10 working days. iv. Any signs that are misspelled by the Bidder must be replaced by the Bidder at his expense. v. Current estimates are that 10-20 signs are installed or replaced by the County each month. 4

3.0 GENERAL CONDITIONS AND INSTRUCTIONS 3.01 Issuing Date: July 24, 2011 3.02 Issuing Office: Office of the County Administrator Bedford County 122 East Main Street, Suite 202 Bedford, VA 24523 3.03 Response to IFB: Forward four (4) SEALED (together in one envelope) copies of your bid response, marked Road/Street Name Signs, to the Bedford County Administration Office, Attn: Brigitte Petersen, 122 E. Main Street, Suite 202, Bedford, VA 24523 by August 8, 2011 at 3:00 p.m. Responses received at any other location will not be accepted. Bedford County is not responsible for delays in the delivery of mail by the U.S. Postal Service or private mail carriers. It is the sole responsibility of the Bidder to ensure their bid reaches the Procurement Office by the designated date and hour. Late bids will be returned to the Bidder unopened. If Bedford County closes its office due to inclement weather, the deadline for bid submissions will be extended to the next business day, same time. 3.04 Bid Form: All bids shall be submitted on the Bid Form provided herein and signed in ink in the proper places by an authorized officer of the company. All bids submitted shall be binding for one (1) year following the bid closing date. 3.05 Addenda: By submitting a bid, the Bidder certifies that (i) he has made due inquiry of Bedford County as to the existence of any addenda issued in connection with the bid solicitation documents, (ii) he is satisfied that he has received any and all such addenda and has taken the contents thereof into consideration when preparing and tabulating his bid, and (iii) he accepts full and complete responsibility for the receipt of any and all such addenda and waives any claim of mistake or error in his bid based upon his failure to have received any one or more addenda. 3.06 Modification and Withdrawal of Bids: Bids may be modified or withdrawn per the guidelines of the Code of Virginia, Section 2.2-4330. 3.07 Errors in Bids: When an error is made in extending total prices, the unit bid price will govern. Erasures in bids must be initialed by the Bidder. Carelessness in quoting prices, or in preparation of bids otherwise, will not relieve the Bidder. Bidders are cautioned to recheck their bids for possible error. Errors discovered after public opening cannot be corrected and the bidder will be required to perform if his or her bid is accepted, except as provided in paragraph 3.05. 3.08 Bid Binding: The contents of the bid, in its entirety, submitted by the Bidder shall become an attachment to and part of the agreement between the Bidder and the Owner. 5

This IFB shall become in total a part of the final contract. The Owner reserves the right to withhold payment to Bidder if any of the articles in this document are not upheld, until the situation is rectified. 3.09 Tax Exemption: Bedford County is exempt from the payment of any federal excise or any Virginia sales tax. The bid price must be net, exclusive of taxes. Tax exemption certificates will be furnished by Bedford County upon request. 3.10 Public Inspection of Bids: All submitted bids and any accompanying data, materials or documentation will become the property of Bedford County and will be subject to public inspection in accordance with the Virginia Freedom of Information Act. Trade secrets or proprietary information submitted by a bidder shall not be subject to public disclosure under the under the Virginia Freedom of Information Act; however, the bidder must invoke the protections of 2.2-4342F of the Code of Virginia, in writing, either before or at the time the data or other material is submitted. The written notice must specifically identify the data or materials to be protected and state the reasons why protection is necessary. The proprietary or trade secret material submitted must be identified by some distinct method such as highlighting or underlining and must indicate only the specific words, figures or paragraphs that constitute trade secret or proprietary information. The classification of an entire proposal/bid document, line item process and/or total proposal/bid prices as proprietary or trade secret is not acceptable and will result in rejection of the bid/proposal. Disposition of proprietary or trade secret material after award should be stated by the bidder. 3.11 References: Respondent shall submit the Bidder Reference Sheet listing at least three references where similar services have been provided. Failure to submit references may be sufficient grounds for rejection of quotation. 3.12 Inquiries: Questions concerning this IFB should be directed to Brigitte Petersen, Procurement Department, 122 East Main St., Bedford, VA 24523, (540) 586-7601, or via email at b.petersen@bedfordcountyva.gov. Inquiries must be made in writing. The Owner s responses to questions received will be publicly available to every potential Bidder through the issuance of an addendum, which will be posted online at the County s website at http://www.bedfordcountyva.gov/res/gov/rfp/index.asp. It is the responsibility of the proposers to check the website for updates to this IFB. The cutoff date for inquiries regarding this IFB is August 3, 2011. 3.13 Understanding of Requirements: It is the responsibility of each prospective Bidder to inquire about, and to clarify, all requirements in the IFB that are not fully understood and any issues not specified in the IFB but which might impact service or cost. 6

4.0 EVALUATION CRITERIA, BID OPENING AND CONTRACT AWARD 4.01 Bids will be evaluated in accordance with the following criteria: C C C C Firm=s experience providing the requested services Price References Proof of Insurance 4.02 Bid Opening: Bids will be opened and read publically on August 8, 2011 at 3:00 PM in the Ground Floor Training Room in the Bedford County Administration Building located at 122 E. Main Street in Bedford, VA. Bids will then be reviewed by staff and a bid winner will be announced on August 12, 2011. Staff s recommendation to award the contract will be reviewed at the Board of Supervisors meeting on September 12, 2011. 4.03 Bid Results: After contract awards are completed, Bidders may submit a written request to the Owner for a copy of the results, and related documentation. Each request must indicate the IFB title and must include a self-addressed envelope, as well as a check to cover the cost of reproducing this information at the cost of $.10 per page (call the County office for total amount of fee) payable to Bedford County. 4.04 Notice of Award: The award will be made to the most responsive, responsible Bidder based upon the attached bid forms. Bedford County reserves the right to reject any and all bids in whole or in part and to waive any informality or technical defects if, in its sole judgment, the best interests of the County will be served. After determination of the most suitable Bidder, a written AIntent-To-Award@ will be provided to the successful Bidder, as well as being posted in the County Administration Building and on the County s website. After expiration of the ten (10) day Intent-to-Award announcement and protest period, the Owner will proceed with the final award. If only one bid is received, the Owner may dispense with the Intent-to-Award protest period and proceed with award. A final Notice-of-Award will be issued to the successful Bidder. 4.05 Protest of Award: The Owner reserves the right to announce its intent to award prior to formal award by posting its Intent to Award announcement on the Bedford County website. The Intent-to-Award announcement shall serve as notice to all Bidders that the Owner intends to make an award. Bidders shall have 10 calendar days from the date of the bid opening within which to view the Bid files (by appointment). Any Protests must be filed (in a written format) within this time frame. Protests submitted after the 10 days have passed will not be accepted. The Owner has 10 days from the day of receipt of the protest to respond; the Owner may also respond to protests submitted by Bidders for the purposes of clarification. However, any response provided by the Owner is not intended to, and shall not in and of itself 7

constitute confirmation that the Bidder is, in fact, adversely affected or aggrieved, and therefore entitled to protest award. 5.0 GENERAL INFORMATION AND TERMS 5.01 Issuing Office: Office of the County Administrator Bedford County 122 East Main Street, Suite 202 Bedford, VA 24523 5.02 Incurring Cost: The County is not liable for any cost incurred by any firm interested in submitting a bid, or the selected Bidder, prior to the execution of a contract. 5.03 Bedford County's Rights: Bedford County reserves the right to reject any and all bids, or to contact any bidder or reference prior to award for explanations or clarification. The County does not discriminate against any Bidder on any basis. The County reserves the right to waive any informalities and to award to the most responsive and responsible Bidder. 5.04 Employment Discrimination Prohibited: During the performance of this contract, the Bidder agrees as follows: A. The Bidder will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or other basis prohibited by state law related to discrimination in employment, except there is a bona fide occupational qualification reasonably necessary to the normal operation of the Bidder. The Bidder agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. B. The Bidder, in all solicitations or advertisements for employees placed by or on behalf of the Bidder, will state that such Bidder is an equal opportunity employer. C. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. The Bidder will include the provisions of the foregoing paragraphs a, b and c in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subbidder or vendor. 5.05 Drug Free Workplace to be maintained: During the performance of this contract, the Bidder agrees to (i) provide a drug-free workplace for the Bidder s employees; and (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in 8

the Bidder s workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the Bidder that the Bidder maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subbidder or vendor. For the purposes of this section, drug free workplace means a site for the performance of work done in connection with a specific contract awarded to a Bidder in accordance with this chapter, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract. 5.06 Non-Discrimination: Bedford County does not discriminate against faith-based organizations, race, color, religion, sex, national origin, age, disability, political affiliation or belief. 5.07 Notice of Required Disability Legislation Compliance: Bedford County is required to comply with state and federal disability legislation: The Rehabilitation Act of 1993 Section 504, The Americans with Disabilities Act (ADA) for 1990 Title II and The Virginians with Disabilities Act of 1990. A. Specifically, Bedford County may not, through its contractual and/or financial arrangements, directly or indirectly avoid compliance with Title II of the Americans with Disabilities Act, Public Law 101-336, which prohibits discrimination by public entities on the basis of disability. Subtitle A protects qualified individuals with disability from discrimination on the basis of disability in the services, programs, or activities of all State and local governments. It extends the prohibition of discrimination in federally assisted programs established by the Rehabilitation Act of 1973 Section 504 to all activities of State and local governments, including those that do not receive Federal financial assistance, and incorporates specific prohibitions of discrimination on the basis of disability in Titles I, III, and V of the Americans with Disabilities Act. The Virginians with Disabilities Act of 1990 follows the Rehabilitation Act of 1973 Section 504. B. Ethics in Public Contracting: The provisions contained in Sections 2.2-4367 through 2.2-4377 of the Virginia Public Procurement Act as set forth in the 1950 Code of Virginia, as amended, shall be applicable to all contracts solicited or entered into by this County. A copy of these provisions may be obtained from the Purchasing Agent upon request. i. The provisions of this article supplement, but do not supersede, other provisions of law including, but not limited to, the Virginia Conflict of Interest Act ( 2.1-348 et. seq.), the Virginia Governmental Frauds Act ( 18.2-498.1 et. seq.) and Articles 2 and 3 of Chapter 10 of Title 18.2. The provisions apply notwithstanding the fact that the conduct described may not constitute a violation of the Virginia Conflict of Interests Act. 9

5.08 Immigration Reform and Control Act of 1986: The Bidder(s) certifies that it does not, and will not during the performance of any contract, employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. 5.09 Contractual Disputes: Contractual claims, whether for money or other relief, shall be submitted in writing no later than sixty days after final payment. However, written notice of the Bidder s intention to file a claim shall be given at the time of the occurrence or beginning of the work upon which the claim is based. Nothing herein shall preclude a contract from requiring submission of an invoice for final payment within a certain time after completion and acceptance of the work or acceptance of the goods. Pendency of claims shall not delay payment of amounts agreed due in the final payment. The Owner will consider properly filed contractual claims and give a final decision within 90 days providing all information has been submitted. 5.10 Insurance: A. All deductibles or self-insured retention shall appear on the certificate(s). B. The Owner, its' officers/officials, employees, agents and volunteers shall be added as "additional insured" as their interests may appear. This provision does not apply to Professional Liability or Workers' Compensation/Employers' Liability. C. Bidder s insurance shall be primary over any applicable insurance maintained by the Owner. D. Bidder shall provide 30 days written notice to the Owner before any cancellation, suspension, or void of coverage in whole or part, where such provision is reasonable. E. All coverages for subbidders of Bidder shall be subject to all of the requirements stated herein. F. All deductibles or self-insured retention shall appear on the certificate(s) and shall be subject to approval by the Owner. At the option of the Owner, either; the insurer shall reduce or eliminate such deductible or self-insured retention; or Bidder shall be required to procure a bond guaranteeing payment of losses and related claims expenses. G. Failure to comply with any reporting provisions of the policy(s) shall not affect coverage provided the Owner, its' officers/officials, agents, employees and volunteers. H. The insurer shall agree to waive all rights of subrogation against the Owner, its' officers/officials, agents, employees or volunteers for any act, omission or condition of premises which the parties may be held liable by reason of negligence. I. Bidder shall furnish the Owner certificates of insurance including endorsements affecting coverage. The certificates are to be signed by a person authorized by the insurance company(s) to bind coverage on its' behalf, if executed by a broker, notarized copy of authorization to bind, or certify coverage must be attached. J. All insurance shall be placed with insurers maintaining an A.M. Best rating of no less than an A:VII. If A.M. Best rating is less than A:VII, approval must be received from County's Risk Officer. K. Type of Insurance: 10

C Worker s Compensation Statutory C Commercial General Liability $1,000,000 each occurrence-bodily injury and property damage $2,000,000 general aggregate C Contractual Liability $1,000,000 each occurrence C Vehicle Liability $1,000,000 each accident-bodily injury and property damage The Bidder(s) shall be responsible for all costs of insurance maintained pursuant to this Agreement. The Bidder(s) shall provide the Owner with a satisfactory Certificate of Liability Insurance (included with the bid submission) that shows the insurance coverage listed above is in effect. The Bidder shall include the Owner as an additional insured on its comprehensive liability insurance policy providing coverage for personal injury and property claims resulting from or arising out of this Agreement. The insurance required hereunder shall be primary, and any insurance or self-insurance maintained by the Owner shall be in excess of and shall not contribute with any insurance providers to the Bidder under this Agreement. Any deductibles or self-insured retentions applicable to required coverage shall be paid by the Bidder, and the Owner shall not be required to participate therewith. The Bidder waives all rights of subrogation against the Owner that exist now or in the future relative to the insurance coverage provided under this Agreement. The failure of the Bidder to pay all insurance premiums when due and payable shall be grounds for the immediate termination of this Agreement by the County. 5.11 Hold Harmless Clause: The Bidder shall, during the term of the contract including any warranty period, indemnify, defend, and hold harmless the Owner, its' officials, employees, agents, and representatives thereof from all suits, actions, or claims of any kind, including attorney's fees, brought on account of any personal injuries, damages, or violations of rights, sustained by any person or property in consequence of any neglect in safeguarding contract work or on account of any act or omission by the Bidder or his employees, or from any claims or amounts arising from violation of any law, bylaw, ordinance, regulation or decree. The Bidder agrees that this clause shall include claims involving infringement of patent or copyright. 5.12 Safety: All Bidders and subbidders performing services for the Owner shall comply with all Occupational Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards and any other applicable rules and regulations. Also all Bidders and subbidders shall be held responsible for the safety of their employees and any 11

unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site area under this contract. 5.13 Payments to SubBidders: Within seven days after receipt of amounts paid by the County for work performed by a subbidder under this contract, the Bidder shall either: A. Pay the SubBidder for the proportionate share of the total payment received from the Owner attributable to the work performed by the SubBidder under this contract; or B. Notify the Owner and SubBidder, in writing, of his intention to withhold all or a part of the SubBidder's payment and the reason for non- payment. C. The Bidder shall pay interest to the SubBidder on all amounts owed that remain unpaid beyond the seven-day period except for amounts withheld as allowed in item 2 above. D. Unless otherwise provided under the terms of this contract, interest shall accrue at the rate of one percent per month. E. The Bidder shall include in each of its subcontracts a provision requiring each SubBidder to include or otherwise be subject to the same payment and interest requirements as set forth above with respect to each lower-tier subbidder. F. The Bidder's obligation to pay an interest charge to a SubBidder pursuant to this provision may not be construed to be an obligation of the Owner. 5.14 Conduct: Bidder s staff shall conduct themselves in a professional manner at all times while at the site. Proper attire shall be worn when providing service at the site. 5.15 Non-Collusion: The party making the foregoing bid hereby certifies that such bid is genuine and not collusive or sham; that said bidders has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person to fix the bid price or affiant or of any bidder, or to fix any overhead, profit or cost element of said bid price, or of that of any other bidder, or to secure any advantage against the Owner or any person interested in the proposed contract; and that all statements in said proposal or bid are true. 5.16 Termination: Subject to the provisions below, the contract may be terminated by the Owner upon thirty (30) days advance written notice to the other party; but if any work or service hereunder is in progress, but not completed as of the date of termination, then this contract may be extended upon written approval of the Owner until said work or services are completed and accepted. A. Termination for Convenience: In the event that this contract is terminated or canceled upon request and for the convenience of the Owner, without the required thirty (30) days advance written notice, then the Owner shall negotiate reasonable termination costs, if applicable. B. Termination for Cause: Termination by the Owner for cause, default or negligence on the part of the firm shall be excluded from the foregoing provision; termination costs, if any, shall not apply. The thirty (30) days advance notice requirement is waived in the event of Termination for Cause. 12

5.17 Severability: In the event that any provision shall be adjudged or decreed to be invalid, such ruling shall not invalidate the entire Agreement but shall pertain only to the provision in question and the remaining provisions shall continue to be valid, binding and in full force and effect. 5.18 Applicable Law: This Contract and the work performed hereunder shall be governed in all respects by the laws of the Commonwealth of Virginia and the venue for any litigation with respect thereto shall be in the Circuit Court for Bedford County, Virginia or as otherwise required by law. The Bidder shall comply with applicable federal, state, and local laws and regulations. 5.19 Assignment: The Bidder shall not assign, transfer, convey, sublet, or otherwise dispose of any award, or any or all of its rights, obligations, or interests under this contract, without the prior written consent of the Owner. 5.20 Entire Agreement: The Contract Documents set forth the entire Agreement between the Owner and the Bidder. The Owner and the Bidder agree that no representative or agent of either of them has made any representation or promise with respect to this Agreement which is not contained in the Contract Documents, and that all terms and conditions with respect to this Agreement are expressly contained herein. 13

BID FORM BEDFORD COUNTY INVITATION FOR BIDS ROAD/STREET NAME SIGNS DEADLINE: AUGUST 8, 2011 @ 3:00 P.M. (PAGE 1 OF 3) Company Name (full legal name) Telephone # (including area code) Address Fax # (including area code) City, State, Zip Federal Identification # E-Mail Address NOTE: Bidders may submit bids for both (1) manufacturing and installing signs, (2) only manufacturing signs, or (3) only installing signs. 1. AMOUNT: The undersigned hereby proposes and agrees to furnish, in whole or part, all the necessary labor, materials, equipment, tools and services to furnish, install, and repair E911 road and street signs located within Bedford County, all in accordance with the Terms, Conditions and as set forth in the bid documents for the following stipulated amounts: Poles $ ea. Pole Caps $ ea. Cross Brackets $ ea. Breakaway Couplings $ ea. Misc. Hardware (if required) $ ea. 14

(Bid Form - Page 2 of 3) SIGNS: 6 X 24 $ 9 X 24 $ 30 $ 30 $ 36 $ 36 $ 42 $ 42 $ 10 X 54 $ 48 $ 9 X 54 $ LABOR COSTS: $ per hour (Includes all travel time, tools, equipment, etc. necessary to install new signs or replace existing signs.) TOTAL COST (MATERIALS & LABOR) TO INSTALL: 1) Double Bladed street sign (9 x 42 ) at a 2-way intersection (1 post, 4 blades): $ 2) Single Bladed street sign (9 x 42 ) at a 2-way intersection (1 post, 2 blades): $ 15

(Bid Form - Page 3 of 3) 2. CONTRACT AWARD: Contract award will be made to the lowest responsive and responsible bidder based on the cost proposal. By signing this Bid the undersigned certifies that this person/firm/corporation is not currently barred from bidding on contracts by any agent of the Owner or the Commonwealth of Virginia. Undersigned bidder hereby certifies that he/she has carefully examined all conditions and specifications of this Invitation to Bid and hereby submits this bid pursuant to such instructions and specifications. Type or Print Name & Title of Authorized Person Submitting This Bid Signature of Authorized Person Submitting This Bid Date Receipt of the following Addenda, if any, are acknowledged: Addendum No. Addendum No., dated, dated Note: Bid must be submitted on this Bid Form and signed where indicated in order to receive consideration. 16

BIDDER REFERENCE SHEET (Page 1 of 2) 1. Bidder: Name: Address: Telephone Number: Contact Person: 2. Years in Business: Indicate the length of time you have been in business providing this type of service. Years Months 3. References: Indicate below a listing of at least three (3) references in the State of Virginia for whom you have provided the services as proposed. Include the date service was furnished and the name, address, and telephone number of the person Bedford County has your permission to contact. (List on separate sheet, if needed.) Company/Client Name: Contact Name: Contact Phone Number: Address: ******* 17

BIDDER REFERENCE SHEET (Page 2 of 2) Company/Client Name: Contact Name: Contact Phone Number: Address: ******** Company/Client Name: Contact Name: Contact Phone Number: Address: ******** (Signature) (Title) (Company) NOTE: Respondent MUST complete and return with Bid Form to receive consideration. 18