INVITATION TO BID Install Spray Foam Polyurethane Roof

Similar documents
INVITATION TO BID Acoustical Ceiling Tile

INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots

Botetourt County Public Schools

INVITATION TO BID (ITB)

Front Porch Roof Replacement Scope of Work

Request for Proposal Public Warning Siren System April 8, 2014

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

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

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

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 CASH MANAGEMENT SERVICES

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

COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES

MANDATORY GENERAL TERMS AND CONDITIONS:

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

St. George CCSD #258

Request for Proposal. RFP # Towing Services Inoperable Vehicles

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

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

REQUEST FOR PROPOSAL. Nurturing Parent Program

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

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

Request for Proposals. Forensic Accounting Audit Services

Request for Proposal. RFP # Recreation T-Shirts

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

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

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

Request for Proposals for Agent of Record/Insurance Broker Services

Invitation For Bid. Uniforms IFB U

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

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

Tacoma Power Conservation Contractor Agreement

RFP GENERAL TERMS AND CONDITIONS

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

COUNTY OF PRINCE EDWARD, VIRGINIA

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

Glenwood/Bell Street Well Pump and Piping Construction

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

REQUEST FOR PROPOSALS FOR ACCOUNTING SERVICES

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

Request for Proposal. RFP # Delinquent Tax Collection Services

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

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

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

REQUEST FOR PROPOSAL (RFP) For Voluntary Supplemental Insurance and Administration of Section 125 Plan. Issue Date: September 29, 2017 RFP# /18

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF TITUSVILLE, FLORIDA

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

REQUESTS FOR PROPOSALS

2013 COFFEYVILLE AIRPORT MOWING PROPOSAL

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location:

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

REQUEST FOR PROPOSALS

SECTION D: Fiscal Management. Funds for Instructional Materials and Office Supplies

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

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

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

REQUEST FOR PROPOSAL (RFP)

PUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT

INVITATION FOR UNSEALED BID

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

Culpeper County Public Schools

MANDATORY GENERAL TERMS AND CONDITIONS

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

Ring, Graduation Cap & Gowns, and Graduation Services for Northumberland County Public Schools

PROPOSAL LIQUID CALCIUM CHLORIDE

Champaign Park District: Request for Bids for Playground Surfacing Mulch

West Ridge Park Ballfield Light Pole Structural Assessment

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

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

REQUEST FOR QUOTATION Relocation of Office Trailer RFQ NUMBER:

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

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

Request for Proposal Data Network Cabling

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

ORANGE COUNTY PUBLIC SCHOOLS REQUEST FOR PROPOSAL #

Proposal packets are available online at or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA

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

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

Proposal No:

HCG PURCHASING CO-OP INVITATION TO BID

Transcription:

November 7, 2016 RFP-1617-404 INVITATION TO BID Install Spray Foam Polyurethane Roof The Danville Public Schools Maintenance Department is requesting sealed bids for furnish and install Polyurethane Seamless Silicone Roof System subject to conditions contained herein and attached hereto. Sealed proposals will be received at the Office of the Superintendent of Schools, 341 Main Street, Suite 100, Danville, VA 24541, until, but not later than 2:30 p.m. local prevailing time, January16, 2017 and then opened and publicly read. Bids should be submitted in a sealed envelope and mailed to: SCOPE OF SERVICE Chief Administrative Services Officer Danville Public Schools P.O. Box 9600 Danville, VA 24543 The intent of this invitation is to secure a contractor to remove existing rock ballast and dispose. Repair damaged flashing. Install recovery board and spray apply BASF polyurethane foam roof coating. This is an area of approximately 11,535 square feet with walls and curbs. This project is located at Grove Park Pre School, 1070 South Main Street, Danville, VA 24541. TIME OF COMPLETION This work may start after School Board approval, contract execution and the issuance of the Notice to Proceed. This date is estimated to be January 23, 2017. Depending on the weather, we would prefer to see this project start in mid to late March. The time of completion for this work is requested to be May 1, 2017. Inclement weather days will adjust the final date. Page 1 of 12

The successful bidders and subcontractors shall be properly registered contractors and have a City of Danville business license. SCOPE OF WORK This project involves removal approximately 11,535 sq. ft. of ballast stone. This addition was built in 1994. Therefore, we do not anticipate any ACM flashing materials. The ballast is to be removed and disposed at a location the job site. Provide Infra-Red thermography survey once stone is removed to locate wet insulation. Remove and dispose any wet insulation material and apply new insulation. Repair any damaged flashing and correct any condition that may adversely affect the performance of the new roof system. Install 1/2 inch recovery board fastened to meet Factory Mutual requirements. Spray apply and average one and one half (1-1/2 ) inch thick monolithic layer of 3.0 pound density polyurethane foam as manufactured by BASF, or equal. Insulation value will be R- 6.5 per inch. Apply BASF Elastocoat, S-5001 Low Solid Silicone coating over the polyurethane foam in two separate contrasting colors. The total minimum thickness is to be twenty (20) dry mills. Install light gray ceramic granules into the wet top coat at the rate of twenty five (25) pounds per one hundred (100) square feet. All materials to be applied with manufactures approved equipment and according to the manufacturer s recommendations. Issue Ten (10) year full system leak proof Labor and Material Warranty upon the manufacturer s inspection, completion of any additional required work by the inspector and receipt of final payment. Owner will supply temporary power, suitable staging and storage areas. Owner will assist in relocating vehicles to protect them from overspray for duration of the spray processes. Vendor will be responsible for keeping spray off of the HVAC roof units. We will disable HVAC units during the spraying process. Please hold price quote good for ninety (90) days. In addition to Manufacturer s warranty, the Vendor will warrant that all materials, services and workmanship furnished will be free from defects for a period of one year from the date of completion. Please include your cost per square foot for removal of wet insulation as a separate cost. Drawings are available at the Maintenance Department, 501 Newton Street Danville, VA 24541, for those that receive this from our web site. Bid packets that are picked up will have Page 2 of 12

original building roof drawings attached. Call Leon Ramsey at 434-799-6481 with any questions regarding this project or to gain access to the roof. SUBCONTRACTING The contractor may subcontract services to be performed with the prior approval of Danville Public Schools, which will not be unreasonably delayed. Such approval will not be considered as making Danville Public Schools a part of such contract. Nor shall it subject Danville Public Schools to liability of any kind from any subcontractor. Danville Public Schools will deal solely with the general contractor. REFERENCES Please include at least five (5) commercial references along with names and contact numbers. INSURANCE REQUIREMENTS By signing and submitting a quote under this solicitation, the vendor certifies that if awarded the contract, it will have the following insurance coverage at the time the contract is awarded. For construction contracts, if any subcontractors are involved, the subcontractor will have workers compensation insurance in accordance with 11-46.3 and 65.2-800 et seq. of the Code of Virginia. The bidder further certifies that the contractor and any subcontractors will maintain the insurance coverage during the entire term of the contract and that all insurance coverage will be provided by insurance companies authorized to sell insurance in Virginia by the Virginia State Corporation Commission. A. The contractor, prior to commencing work, shall provide at his own expense, the following insurance to the School Board evidenced by certificates of insurance. Each certificate shall require that notice be given, thirty (30) days prior to cancellation or material change in the policies, to the Director of Maintenance & Operations. 1. Virginia workers compensation including occupational disease and employer's liability insurance. a. STATUTORY - Amount and coverage as required by workers compensation laws of the Commonwealth of Virginia. b. EMPLOYER'S LIABILITY - $100,000 each accident, $100,000 each occurrence. 2. LIABILITY - The contractor shall maintain a general liability policy which includes the following coverage: a. Premises operations Page 3 of 12

b. Products/completed operation hazard c. Contractual insurance d. Independent contractor The comprehensive general liability policy shall have a bodily injury and property damage combined single limit of liability of $1,000,000 minimum, per occurrence. 3. Automobile liability insurance with minimum combined single limits of $500,000 per occurrence. This insurance shall include bodily injury and property damage for the following coverages: a. Owned b. Non-owned c. Hired vehicles 4. Professional liability insurance with minimum limits of $250,000 per claim and $250,000 aggregate limit of liability. B. The contractor shall add the Danville School Board as a rider on the above insurance policies for the duration of this contract. C. The contractor must be bonded and insured and have a current City of Danville Business License. Contractor not already on our vendor list will be required to supply a W-9 form to Danville Public Schools in order to be placed on our listing prior to commencing work. Evidence of insurance will be required prior to contractor receiving award. INDEMNIFICATION A. The contractor shall assume the defense of and indemnify and hold harmless the School Board, its officers and agents, and employees from and against any damages to property or injuries to or death of any person or persons, including property and employees or agents of Danville Public Schools, its agents, officers, and employees, from any claims, demands, suits, actions, or proceedings of any kind, including worker s compensation claims, of or by anyone, in any way resulting from or rising out of the operations in connection with the work described in the contract, including operations of subcontractors and acts or omissions of employees or agents of Contractor or Contractor s subcontractors. Contractor shall procure and maintain, at the Contractor s own expense, any additional kinds and amount of insurance that, in the contractor s own judgment, may be necessary for Contractor s proper protection in the prosecution of the work. Page 4 of 12

B. The Contractor shall, at his own expense, appear, defend, and pay all charges of attorney and other expenses arising there from or incurred in connection therewith, and, if any judgment shall be rendered against the Danville School Board, and/or its officers, agents, and employees, in any such action, the Contractor shall, at his own expense, satisfy and discharge the same. The Contractor expressly understands and agrees that any performance bond or insurance protection required by this contract, or otherwise provided by the Contractor, shall in no way limit the responsibility to indemnify, keep, and save harmless and defend the Danville School Board, its agents, officers, and employees as herein provided. C. The Contractor shall assume all risk and responsibilities for casualties of every description in connection with the work, except that he shall not be held liable or responsible for delays or damage the work caused by acts of God, acts of Public Enemy, acts of Government, quarantine restrictions, general strikes, through trade, or by freight embargoes not caused or participated in by the Contractor. The Contractor shall have charge and control of the entire work until completion and acceptance of the same by Danville Public Schools. D. The Contractor shall alone be liable and responsible for, and shall pay, any and all loss or damage sustained by any person or party either during the performance or subsequent to the completion of the work under this agreement, by reason of injuries to persons and damage to property, buildings, and adjacent work, that may occur either during the performance of the work covered by this contract or that may be sustained as a result of or in consequence thereof, irrespective of whether or not such injury or damage be due to negligence or the inherent nature of the work. E. The Contractor, however, will not be obligated to indemnify Danville Public Schools, its officers, agents, or employees against liability for damage arising out of bodily injury to persons or damages to property caused by or resulting from negligence of the Danville Public Schools or its officers, agents, and employees. EQUAL EMPLOYMENT During the performance of the contract, the contractor agrees as follows: A. The Contractor will not discriminate against any employee or applicant for employment because of age, race, religion, color, sex, or national origin. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions for this nondiscrimination clause. B. The Contractor also shall not discriminate against any handicapped person in violation of any state or federal law or regulation and shall also post in conspicuous places, available to Page 5 of 12

employees and applicants for employment, notices setting forth the provisions of this additional nondiscrimination clause. C. The Contractor, in solicitations or advertisements for employees placed by or on behalf of the Contractor, will state that such contractor is an equal opportunity employer. D. 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. E. The Contractor will include the provisions of the foregoing paragraphs in every subcontract or purchase order over $10,000 so that the provisions will be binding upon each subcontractor or vendor. F. The Contractor does not, and shall not during the performance of this contract for goods and services in the Commonwealth knowingly employ an unauthorized alien as defined in the Federal Immigration Reform and Control Act of 1986. SCC NUMBER A. Contractors organized as a stock or non stock corporation, limited liability company, business trust, or limited partnership or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a domestic or foreign business entity if so required by Virginia Title 13.1 or Title 50 or as otherwise required by law. B. A contractor organized or authorized to transact business in the Commonwealth pursuant to Virginia Title 13.1 or Title 50 shall include in its bid, quote or proposal the identification number issued to it by the State Corporation Commission. Any bidder or offeror that is not required to be authorized to transact business in the Commonwealth as a foreign business entity under Title 13.1 or Title 50 or as otherwise required by law shall include in its bid or proposal a statement describing why the bidder or offeror is not required to be so authorized. SPECIAL CONDITIONS A. Danville Public Schools is a No Smoking facility. Smoking is NOT allowed in or on the building, on school grounds or in vehicles located on school grounds. Failure to abide by this rule will be grounds for removal of the guilty party or cancellation of contract. B. Prior to awarding a contract for the provision of services that require the contractor or his/her employees to be in the presence of students during regular school hours or during school- Page 6 of 12

sponsored activities, the School Board will require the contractor, and when relevant, any employee who will have direct contact with students, to provide certification: 1. that he or she had not been convicted of a felony or any offense involving the sexual molestation or physical or sexual abuse or rape of a child; and, 2. whether he or she has been convicted of a crime of moral turpitude. Legal Refs.: Code of Virginia, 1950, as amended, Sections 2.2-4300 et seq., 22.1-296.1. DRUG-FREE WORK PLACE During the performance of this contract, the contractor must agree to the following: A. Provide a drug-free workplace for the contractor s employees. B. Post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the contractor s workplace and specifying the actions that will be taken against employees for violations of such prohibition. C. State in all solicitations or advertisements for employees placed by the contractor that the contractor maintains a drug-free workplace. D. Include the above provisions in every contract or purchase order over $10,000, so that the provisions will be binding upon each subcontractor or vendor. BID EVALUATION IN DETERMINING THE "LOWEST RESPONSIBLE BIDDER", IN ADDITION TO PRICE AND EQUALS, THE FOLLOWING FACTORS WILL BE CONSIDERED: 1. The ability, capacity and skill of the bidder to perform the contract or provide the service required. 2. Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference. 3. The character, integrity, reputation, judgment, experience and efficiency of the bidder. Page 7 of 12

4. The quality of performance of previous contracts or services with Danville Public Schools. 5. The quality, availability and adaptability of the goods or services to the particular use required. The bidder further agrees that: 1. Danville Public Schools, in protecting its best interest, reserves the right to reject any or all bids or waive any defects in favor of Danville Public Schools. Any changes, erasures, deletions in the unit price on the quote sheet, modifications in the bid form, or alternate proposals not specified in the bid proposal shall make the proposal irregular and subject to rejection. 2. All quantities listed are estimates only and Danville Public Schools reserves the right to raise, lower, or eliminate any quantity or item and in any case the unit or lump sum prices shall be used in determining partial or final payment. 3. If awarded the contract, they will execute and deliver to Danville Public Schools within ten (10) consecutive calendar days after their receipt of the contract documents, a satisfactory Performance Bond and Payment Bond, as required, in the amount of one hundred percent (100%) of the contract amount along with the signed agreement. 4. In case of failure on their part to execute an agreement within ten (10) consecutive calendar days after written notice being given on the award of the contract, the monies payable by the Security accompanying this bid shall be paid to Danville Public Schools, as liquidated damages for such failure; otherwise, the Security accompanying this bid shall be returned to the bidder. 5. That the work under this contract will commence no later than fifteen (15) consecutive calendar days after the date of a written Notice To Proceed is given by Danville Public Schools to the Contractor and shall be completed no later than forty (40) calendar days from the date of the Notice subject to adjustments as provided in the specifications. Enclosed herewith is the following Security offered as evidence that the undersigned will enter into agreement for the execution and completion of the work in accordance with the contract documents. The undersigned hereby declares that he or she are the only person or persons interested in the proposal as principal or principals; that this proposal is made without connection with any other Page 8 of 12

person, company, or parties making a bid; and that it is in all respects fair and in good faith without collusion or fraud. The bidder also declares that he/she has examined the site of the work and is informed fully in regard to all conditions pertaining to the place where the work is to be done; that the specifications for the work and contractual documents relative thereto have been examined, and has read all special provisions furnished prior to the bid opening; that he/she has satisfied themselves relative to the work to be performed, and materials and equipment to be furnished. The bidder proposes and agrees, if this proposal is accepted, to contract with Danville Public Schools to furnish all necessary material, equipment, machinery, tools, apparatus, means of transportation, and labor necessary to perform in full and complete the requirements of the specifications and contract documents, to the full and entire satisfaction of Danville Public Schools. Bidder s Bond or Certified Check in the amount of $ If Bond, Name of Surety: If Check, Name of Bank: This bid is subject to acceptance within a period of thirty (30) days from the date of this proposal. The undersigned Bidder acknowledges receipt of the following Addenda, which have been considered in preparation of this bid: Number Number Dated Dated CONTRACTOR: DATE: ADDRESS: PHONE: FAX: Name of Bidder (Printed or Typed): Bidder Signature: Page 9 of 12

Title: E-mail: City of Danville Business License # Federal Tax # Contractor s Classification: Commonwealth of Virginia State Corporation Commission Identification Number: Page 10 of 12

IN COMPLIANCE WITH INVITATION TO BID # RFP-1617-404 AND SUBJECT TO ALL CONDITIONS THEREOF AND ATTACHED HERETO, THE UNDERSIGNED OFFERS AND AGREES IF THIS BID BE ACCEPTED, TO FURNISH ANY AND ALL SERVICES FOR WHICH PRICES ARE QUOTED. (Firm Name) (Firm Address) (City, State, Zip Code) (Representative Name) (Signature) (Title) (Date) (Telephone Number) (Fax Number) IS A COPY OF YOUR CLASS (A) VIRGINIA CONTRACTORS LICENSE INCLUDED? YES NO Is the bid Bond Attached? Page 11 of 12

PRICE QUOTE - Grove Park new addition Roof Replacement Wet Insulation removal cost per square foot: $ $ Page 12 of 12