INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots

Similar documents
INVITATION TO BID Acoustical Ceiling Tile

INVITATION TO BID Install Spray Foam Polyurethane Roof

Botetourt County Public Schools

INVITATION TO BID (ITB)

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

Request for Proposal Public Warning Siren System April 8, 2014

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

Mold Remediation and Clean Up of Central High School

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES

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:

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

St. George CCSD #258

Request for Proposal. RFP # Recreation T-Shirts

Invitation For Bid. Uniforms IFB U

Request for Proposal. RFP # Towing Services Inoperable Vehicles

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

REQUEST FOR PROPOSAL. Nurturing Parent Program

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

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

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

COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

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

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

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

RFP GENERAL TERMS AND CONDITIONS

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

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

Champaign Park District: Request for Bids for Playground Surfacing Mulch

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

MANDATORY GENERAL TERMS AND CONDITIONS:

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

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

Front Porch Roof Replacement Scope of Work

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

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

TOWN OF ORANGE BID SPECIFICATION PACKET PAVING WORK BID #PAV2019

There will be a pre-bid meeting held at the Park s and Cemetery office located at 429 E 24 th St, Holland, MI on Monday, September 18, 2017 at 10am.

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

Request for Proposals. Forensic Accounting Audit Services

2013 COFFEYVILLE AIRPORT MOWING PROPOSAL

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

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

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

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

Request for Proposal. RFP # Delinquent Tax Collection Services

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

Black Hawk County Engineer

REQUESTS FOR PROPOSALS

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

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

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

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

REQUEST FOR PROPOSALS

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

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

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

Request for Proposal Data Network Cabling

INVITATION TO BID Retaining Wall

Bonner Springs Housing Authority Request for Proposals Turnover Painting Services

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

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

EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP)

Glenwood/Bell Street Well Pump and Piping Construction

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

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

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

REQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING

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

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

COUNTY OF PRINCE EDWARD, VIRGINIA

REQUEST FOR PROPOSAL (RFP)

INVITATION TO BID EOE

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

SOUTH COLONIE CENTRAL SCHOOL DISTRICT BOARD OF EDUCATION

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

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Request for Proposals for Agent of Record/Insurance Broker Services

Proposal No:

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

RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

BOONE COUNTY, ILLINOIS

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

Franklin Redevelopment and Housing Authority

INVITATION TO BID (ITB)

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

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

West Ridge Park Ballfield Light Pole Structural Assessment

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

REQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09

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

INVITATION TO BID CHARTER TOWNSHIP OF WEST BLOOMFIELD Fire Department Parking Lot Crack Fill, Seal Coating, and Pavement Restriping

LEAGUE OF HUMAN DIGNITY BARRIER REMOVAL CONSTRUCTION CONTRACT OWNER AND CONTRACTOR

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

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

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

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

Transcription:

February 27, 2017 RFP-1617-414 INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots The Danville Public Schools Maintenance Department is requesting sealed bids for sealing, striping and painting existing asphalt parking lots and drives, 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, March 10, 2017 and then opened and publicly read. Bids should be submitted in a sealed envelope and mailed to: Chief Operations Officer Danville Public Schools 341 Main Street P.O. Box 9600 Danville, VA 24543 Drawings for bid packets obtained on-line may be obtained at Danville Public Schools Maintenance Department,. SCOPE OF SERVICE This work is located at: 1- Schoolfield Elementary School, 1400 West Main Street, Danville Virginia 24541. 2- O.T. Bonner Middle School, 300 Apollo Drive, Danville, VA 24540. The intent of this invitation is to secure a contractor to repair cracks and seal coat existing asphalt. Once the sealer dries, stripe the parking lot lines in white reflective traffic paint to match existing stalls. Apply Reserved, Visitor, Handicap and any directional arrows as are currently located in associated color. Paint areas of the curb RED that are indicated, or will be indicated, for Fire Lane. Apply Fire Lane No Parking wording to paved area of the Fire Lane. Re-Paint other curbing that is currently yellow. Page 1 of 11

TIME OF COMPLETION This work is to be done the week of March 20-24, 2017. This is the week of Spring Break for Danville Public Schools. Work may begin on March 18 and be must completed by March 25, 2017. The successful bidders and subcontractors shall be properly registered contractors and have a City of Danville business license. SCOPE OF WORK Bonner This parking lot is to the West side of the front entrance to Bonner, closest to the Old Piney Forest Road, at the Parks and Recreation ball field. This project involves sealing of approximately 31,775 sq. ft. of parking lot/drive ways. This lot contains no islands and has 72 car stalls and 4 handicap spaces. Lot is to be cleaned by weed eating the cracks and power blowing to clean asphalt surface. Cut any grass growing in cracks to at least ¼ below the surface. Cracks 3/8 to ½ in width are to be filled with Direct Fire Crack Filler. Apply crack sealer according to manufacturer s instructions. For any potholes, dig out any loose material and dirt down to a solid base. Undercut the edges slightly to provide a key for the patching material. Make sure the edges of the asphalt around the hole are firm. Clean hole. Tamp bagged asphalt filler to top of asphalt. Apply one coat of sealer according to manufacturer s recommendation. Keep sealer off cement curbs and walks. Once seal has completely dried, stripe parking lot stalls to existing parking stalls. Paint stall lines 4 inches wide with reflective white traffic paint. Make straight, crisp, clean lines and stencil as existing. Handicap stalls are to be universal handicap blue. No free hand painting of letters or directional arrows. You may view this lot at any time by checking in at the Bonner main office. Page 2 of 11

Schoolfield Drawing for this work is included with this bid packet. Includes all areas of asphalt indicated in black color. Lot is to be cleaned by weed eating the cracks and power blowing to clean asphalt surface. Cut any grass growing in cracks to at least ¼ below the surface. Cracks 3/8 to ½ in width are to be filled with Direct Fire Crack Filler. Apply crack sealer according to manufacturer s instructions. For any potholes, dig out any loose material and dirt down to a solid base. Undercut the edges slightly to provide a key for the patching material. Make sure the edges of the asphalt around the hole are firm. Clean hole. Tamp bagged asphalt filler to top of asphalt. Apply one coat of sealer according to manufacturer s recommendation. Keep sealer off cement curbs and walks. Once seal has completely dried, stripe parking lot stalls to existing parking stalls. Paint stall lines 4 inches wide with reflective white traffic paint. Make straight, crisp, clean lines and stencil as existing. Handicap stalls are to be universal handicap blue. Paint existing curds yellow traffic paint. Paint identified Fire Lane in RED and stencil pavement at the fire lane area to read Fire Lane. No free hand painting of letters or directional arrows. You may inspect this site by checking in at the school main office. 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. Page 3 of 11

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 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 Page 4 of 11

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. 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 Page 5 of 11

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 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. Page 6 of 11

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 schoolsponsored 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. Page 7 of 11

DRUG-FREE WORK PLACE Maintenance Department 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. 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 Page 8 of 11

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. 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 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. Page 9 of 11

IN COMPLIANCE WITH INVITATION TO BID # RFP-1617-414, 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 Page 10 of 11

PRICE QUOTE - Schoolfield Elementary O.T. Bonner Middle Both as one $ $ $ Can you meet the project deadline of March 25, 2017, weather permitting? Yes No Page 11 of 11