INVITATION FOR BID 19-030-IFB HOBART CONVEYOR TYPE .

2y ago
18 Views
2 Downloads
920.98 KB
43 Pages
Last View : 4d ago
Last Download : 3m ago
Upload by : Dahlia Ryals
Transcription

8700 Centreville Rd., Suite 400, Manassas, Virginia 20110INVITATION FOR BID19-030-IFBHOBART CONVEYOR TYPE DISHWASHER AT OSBOURN HIGH SCHOOLNON-MANDATORY PRE-BID WALK-THROUGH: FEBRUARY 11, 2019 AT 2:00 PMBID DUE DATE: FEBRUARY 19, 2019 BY 2:00 PM OUR CLOCKALL QUESTIONS AND INQUIRIES SENT TO:Guinevere Bruner, CPPBPurchasing Agentgbruner@mcpsva.orgCERTIFICATE OF INSURANCEBID AND AWARD REQUIREMENTS:YESAWARDED FIRM MUST SUBMITPRIOR TO SIGNING CONTRACTBID DELIVERY INSTRUCTIONS:Hand Deliver or Overnight Delivery:IMPORTANT – US Postal First Class Allow Five (5) Business Days for Delivery:Manassas City Public SchoolsManassas City Public SchoolsCentral Office/Purchasing 19-030-IFBCentral Office/Purchasing 19-030-IFBAttn: Guinevere Bruner, CPPBAttn: Guinevere Bruner, CPPB8700 Centreville RdPO Box 520Suite 400Manassas, Virginia 20110Manassas, Virginia 2011019-030-IFB – CONVEYOR TYPE DISHWASHER AT OHS1

Table of ContentsADVERTISEMENT - TITLE: 19-030-IFB REBID – CONVEYOR TYPE DISHWASHER . 3PURPOSE: . 5POINT OF CONTACT: . 5ANTICIPATED SCHEDULE OF EVENTS: . 5PERIOD OF CONTRACT: . 5SCOPE OF WORK: . 5SUBMISSION OF BID: . 8AWARD OF CONTRACT: . 8SPECIAL CONDITIONS. 11GENERAL TERMS AND CONDITIONS . 17ATTACHMENT 1 VENDOR DATA AND SIGNATURE . 29ATTACHMENT 2 CERTIFICATION STATEMENT . 30ATTACHMENT 3 CRIMINAL CONVICTION FORM . 31ATTACHMENT 4 RIDER AGREEMENT . 32ATTACHMENT 5 REFERENCES AND SUBCONTRACTORS . 34ATTACHMENT 6 PRICE SCHEDULE . 36ATTACHMENT 7 FEDERAL TERMS UNDER NON-FEDERAL AWARD . 37ATTACHMENT 8 BYRD ANTI-LOBBYING CERTIFICATION. 41EXHIBIT 1 DIAGRAM LAYOUT . 42IMPORTANT: PLEASE READ THIS ENTIRE DOCUMENTA. Bidder’s Responsibility:a. To submit their sealed bid by the due date and timeb. To check the MCPS website or e-Virginia website for any additional informationB. Public opening after closing. NO questions or awards are determined at this time.C. Facsimile and electronic documents are NOT acceptableD. Check the MCPS website for Bid Tabulation Sheet and Project Updates19-030-IFB – CONVEYOR TYPE DISHWASHER AT OHS2

ADVERTISEMENT - TITLE: 19-030-IFB REBID – CONVEYOR TYPE DISHWASHER AT OHSBID DUE DATE: FEBRUARY 19, 2019 BY 2:00 PM, OUR CLOCK.PROJECT OVERVIEW: Manassas City Public Schools, VA is soliciting sealed bids from qualified firms for thepurchase and installation of a new Hobart conveyor type dishwasher at Osbourn High School, and the removal ofthe current conveyor type dishwasher at OHS. The work consists of all labor, supervision, materials, equipmentand warranty. The work will be performed at Osbourn High School, 1977 Eagle Way, Manassas VA 20110. Workshall be performed during the spring break.MINIMUM REQUIREMENTS: Work must be completed during the Spring Break period, April 15-22. Prior to startof work, the awarded firm shall provide a valid certificate of insurance and license.NON-MANDATORY PRE-BID MEETING: MONDAY, FEBRUARY 11, 2019, 2:00 PM (EST) AT OSBOURNHIGH SCHOOL, MANASSAS, VA 20110. Vendors must sign-in and show picture ID at the reception area.Attendees should take into consideration the potential traffic and weather issues in the Northern Virginia area.Attendees may bring subcontractors, cameras (no photography of students is permitted, even in the backgroundof the photo) and small measurement tools. THIS IS THE ONLY OPPORTUNITY TO VISIT THE PROJECTSITE. VENDORS ARE NOT ALLOWED ON SCHOOL PROPERTY WITHOUT PRIOR AUTHORIZATION.DEADLINE FOR QUESTIONS: FEBRUARY 12, 2019 by 5:00 PM (EST). Email questions to Point of Contact.All Questions must be labeled: 19-030-IFB-Questions in the Subject line. Failure to label questions as statedmay result in the questions not being answered.POINT OF CONTACT: Guinevere Bruner, CPPB, Purchasing Agent, gbruner@mcpsva.org. Phone: 571-3776042. All questions, clarifications or ambiguities must be in writing.NO CONTACT POLICY: Upon the date of issuance of this solicitation, any contact initiated by any bidder withany School representative (superintendent, staff, school board member, students or evaluation committee, etc.)other than the Purchasing Agent, concerning this bid or proposal is prohibited. Any such unauthorized contactmay cause the disqualification of a bid or proposal.SUBMISSION OF SEALED BID: Submit one (1) marked Original, one (1) marked Copy, one (1) thumb drive copy.Hand Deliver or Overnight Delivery:Manassas City Public SchoolsCentral Office/Purchasing 19-030-IFBAttn: Guinevere Bruner, CPPB8700 Centreville Rd , Suite 400Manassas, Virginia 20110IMPORTANT – US Postal First Class Allow Five (5) Business Days for Delivery:Manassas City Public SchoolsCentral Office/Purchasing 19-030-IFBAttn: Guinevere Bruner, CPPBPO Box 520Manassas, Virginia 20110Any changes and/or addenda will be posted on the eVirginia State Bid System and Manassas City Public Schools(MCPS) websites. Bidders are responsible for acknowledging any and all addenda prior to bid submission.Failure to acknowledge all addenda may result in declaration of the bid as a non-responsive bid.BID DOCUMENTS: Available on the eVirginia State Bid System www.eva.virginia.gov and MCPS websitewww.mcpsva.org (Click “Quick Links” then “Bids and Proposals”). The term “bid” and “proposal” shall mean thesame thing. Any changes and/or addenda will be posted on the e-VA and MCPA websites. Bidders areresponsible for checking addenda on the MCPS website prior to bid submission. Failure to acknowledge alladdenda may result in declaration of the bid as non-responsive or a lower score.19-030-IFB – CONVEYOR TYPE DISHWASHER AT OHS3

COMMENTS: No bids will be accepted after the due date and time or at any other locations. Oral, phone, email,fax or electronic bids/proposals are not acceptable. No bids may be withdrawn for a period of sixty (60) days afterclosing time for the receipt of bids, except as provided by the Code of Virginia.It is our intent to award on a lump sum pricing to the lowest, responsive and responsible bidder. The SchoolBoard reserves the right to negotiate project price and time with the lowest responsive and responsible bidder ifadequate funds are not budgeted to undertake this project. MCPS reserve the right to reject any and all bids, orany part and to waive any irregularities and informalities to make an award in the best interest of the SchoolBoard.Manassas City Public Schools does not discriminate against faith-based organizations in accordance with the Codeof Virginia, §2.2-4343.1 or against a bidder or offeror because of race, religion, color, sex, national origin, age,disability, or any other basis prohibited by state law relating to discrimination in employment.Date of Issuance: February 5, 201919-030-IFB – CONVEYOR TYPE DISHWASHER AT OHS4

19-030-IFBHOBART CONVEYOR TYPE DISHWASHER AT OSBOURN HIGH SCHOOLBID DUE DATE: FEBRUARY 19, 2019 BY 2:00 PM, OUR CLOCK1. PURPOSE: The purpose of this formal Invitation for Bid (IFB) is to establish a firm fixed delivered pricecontract to one (1) qualified sources for the provision of a Hobart Conveyor type Dishwasher, in accordancewith the specifications, terms and conditions stated herein. This solicitation includes cooperative language byother public bodies (General T & C #33).2. POINT OF CONTACT: All questions, clarifications or ambiguities must be in writing. At no time shall aVendor contact the superintendent, staff personnel, school board members, students, consultants,departments or the evaluation and/or selection committee. As appropriate, responses are issued in anaddendum and postedGuinevere Bruner, CPPBPurchasing AgentOffice Number: 571-377-6042Email: gbruner@mcpsva.org3. ANTICIPATED SCHEDULE OF EVENTS: All dates are approximate and all times are local, EST, and by ourclock.Bid IssuedNON-MANDATORY Pre-Bid MeetingDeadline for QuestionsBid Due Date and TimeFinal CompletionFebruary 5, 2019February 11, 2019 at 2:00 pm, THIS IS THEONLY OPPORTUNITY TO VISIT THE SITE.February 12, 2019 at 5:00 pmFebruary 19, 2019 by 2:00 pm our clock. Bids arevalidated.Spring Break, April 15-22, 20194. PERIOD OF CONTRACT: Bidders must provide available dates for the work. All work shall be started andcompleted during the spring break period. Pricing shall remain firm for the contract period. There are noextension periods for this contract.It is understood and agreed between the parties herein that MCPS shall be bound hereunder only to theextent of the funds available or which may hereafter become available for the purpose of this contract.5. SCOPE OF WORK:GeneralMCPS is standardized and will only accept bids for the Hobart machine specified. No alternates orsubstitutes will be reviewed or accepted. Any vendor bidding an alternate will have their bid deemed nonresponsive. Vendor is responsible for removal of existing conveyor type dishwasher and the delivery andinstallation of the new conveyor type dishwasher. The items requested are as follows:A. Hobart Model CL64EN‐BAS BUILDUP. Dimensions: 68.5(h) x 64.75(w) x 30.25(d)Conveyor Dishwasher, (2) tank, (342) racks/hour, insulated hinged doors, .39 gallon/rack, stainless steelenclosure panels, controls with low temperature & dirty water indicators, NSF pot & pan mode, ENERGYSTAR 1 ea - Standard warranty ‐ 1‐Year parts, labor & travel time during normal working hours within the USA1 ea - Model CL64EN‐BASELE0EU 208‐240v/60/3 steam/gas heat19-030-IFB – CONVEYOR TYPE DISHWASHER AT OHS5

1 ea - Model CL64EN‐BASHTEGAS Natural gas**NOTE: Existing external booster heater to be reused1 ea - Model CL64EN‐BASERH0NO Without internal booster1 ea - Model CL64EN‐BASDIR0RL Right to left operation1 ea - Model CL64EN‐BASHGTHTS Higher than standard1 ea - Model CL64EN‐BASFETSTD Standard feet**NOTE: Unit to sit under existing canopy style hood. No additional vent cowls/ducts required.1 ea - Water softener.1 ea - Model CLE/TBL‐SWITCH Table LMT switch CLE‐SeriesElectrical:VOLTS1 208‐240Water:HOTSIZE1 CONNCOLD COLD NSERINLET SIZEKWHPMCAMOCPCONDENSEROUTLET SIZEDIRECTSIZEB. Waste Collector - Salvajor Model P914, or equal. Dimensions: 35.88(h) x 36.5(w) x 22.25(d)Pot/Pan Scrap Collector , scrapping, pre‐flushing & collecting system (widely accepted in areas wheredisposers are restricted), NEMA 4 HYDROLOGIC control panel with patented operator sensor, two watersaving modes (timed run & auto start/stop), safety line disconnect, LCD readout, salvage basin & silverwaretrap, scrap basket, 3/4 HP corrosion‐resistant pump, pump intake screen, stainless steel construction, UL,CSA, CE, NSF1 ea - Collector top is available to ship to the fabricator in advance of unit (additional shipping charges willapply). Please provide instructions on order**NOTE: Please verify voltage1 ea - 208v/60/3‐ph, 3.2 amps1 ea - Model 992013 Additional scrap basketNOTE: Plumbing Remarks: ¾” hot and cold water supply and reduce to ½” at connectionElectrical:VOLTSCYCLE1220860Water:HOT HOT HOTSIZEAFF GPH13/4PHASECONN3DirectCOLD COLD .153CONDENSERINLET SIZECONDENSEROUTLET SIZE19-030-IFB – CONVEYOR TYPE DISHWASHER AT OHS6HP3/4MCAMOCP

Waste:INDIRECTSIZE1DIRECTSIZE2"C. CONVEYOR SYSTEM DISH RETURN (1 REQ'D) - Aerowerks Model,1 ea - Soiled dish table, c/w pre rinse spray and backsplash1 ea - Knuckle belt rack transfer conveyor, model Aerowerks KBC‐200, c/w scrap sump with perforated scrapbasket and electrical control panel1 ea - Clean dish roller table, model Aerowerks GRC, c/w 1.9” PVC rollers, diffuser sensor and pre‐wired limitswitch1 ea - Hose clean up stationNOTE: Bidders shall supply a separate price for the Aerowerks installation. Aerowerks install must becompleted by Aerowerks approved installers so as not to void the warranty.INSTALLATION SPECIFICATIONS:Installation for CL64eN-Base machine by Hobart Service.All work to be performed during regular business hours (Mon-Fri 8AM-5PM).Remove and dispose of existing dishwasher and conveyor system.Receive, deliver, and install new CL64eN-BAS (or equal) gas dishwasher & Salvajor P914 (or equal) wastecollector.Existing Hatco gas booster & Salvajor scrapping system will remain.Receive, deliver, and set in place Aerowerks custom dish room equipment including soiled breakdownsystem, clean dish roller table, retractable hose reel, and mobile soak sink.Make final utility connections within 5' for Hobart dishwasher, Salvajor waste collector, and Aerowerkssoiled breakdown system.Perform startup of new dishwasher, verify proper operation of all equipment, train operators.Note: All necessary plumbing and electrical upgrades are to be performed by MCPS.All required utilities for new equipment must be within 5' of installation location.Installation of soap equipment is the responsibility of others.Contractor ResponsibilitiesThe Contractor shall coordinate the days and hours of work in accordance with the 2019 spring break.Work MUST be completed prior to the start of school after spring break, April 23, 2019.Work hours are Monday through Friday, 7:30 am – 4:00 pm. Weekends and holidays to meet the deadlinemust be approved in writing by the Project Manager, no additional fees will be authorized or allowed.19-030-IFB – CONVEYOR TYPE DISHWASHER AT OHS7

Must call 24 hours prior to delivery. Awarded bidder will be provided the contact information.MCPS may authorize the Contractor to make arrangements to expedite delivery. The cost of special shippingwill be borne by the School district. By no means shall the price for the item be increased for this service.Osbourn High School does NOT have a loading dock, therefore all items shall be lift-gate delivery.Contractor shall supply their own dumpster/trash bins. Use of the school dumpsters is not permitted due tolack of service during the summer.MCPS ResponsibilitiesMCPS will ensure that the building is accessible during the timeframe agreed to for the work.MCPS will furnish electric, water, and restrooms.Warranty of Materials and WorkmanshipThe Contractor shall warrant that, unless otherwise specified, all materials and equipment incorporated in thework under the ensuing contract shall be new, in first class condition and in accordance with the contractdocuments.The Contractor further warrants that all workmanship shall be of the highest quality and in accordance withcontract documents and shall be performed by persons qualified at their respective trades.Work not conforming to these warranties shall be considered defective.This warranty of materials and workmanship is separate, independent from and in addition to, any of theContractor’s other guarantees or obligations in this contract.6. SUBMISSION OF BID: Follow “Delivery Instructions” on page 1, Cover Sheet. Bidders are required to checkthe School Division website and/or the e-Virginia website frequently for an addenda issued. No otherdistribution of bid shall be made by the Bidder. Minimum requirements for final submittal:a. Acknowledge each Addendum on Attachment 1b. Submit one (1) marked Original, and one (1) marked Copy, completec. Complete and submit Attachments 1-6, Forms and Price Scheduled. Submit completed W-9 forme. Submit in a sealed envelope or package with the bid number, bidder’s name and address on theoutside of the envelope or packagef. BIDS RECEIVED AFTER THE DUE DATE/TIME WILL NOT BE CONSIDERED AND WILL BERETURNED TO THE BIDDERg. NOTE: If the Bid due date is immediately the next day after a holiday, your bid must arrive by thedue date and time in accordance with the bid documents7. AWARD OF CONTRACT: The following documents shall be incorporated by reference in the resultingcontract and become part of said contract:a. IFB and Attachments 1-5b. General Conditions and Instructions to Biddersc. Special Provisions and Specificationsd. Attachment 6, Pricing Schedulee. Any addenda, amendments and/or memoranda of negotiationsf. Contract and/or Purchase Order19-030-IFB – CONVEYOR TYPE DISHWASHER AT OHS8

8. INVOICING AND PAYMENT: The contractor shall submit a detailed invoice once each month covering workperformed during the monthly billing period and submit to P.O. Box 520, Manassas, VA 20108. All invoicesshall include a detailed description of items ordered or services performed, the Purchase Order number andthe cost breakdowns. Contractors can also submit invoices electronically to the designated person of theschool or department.The Contractor shall be paid on the basis of invoices submitted, to be paid net forty-five (45) days from receiptand approval by an authorized MCPS official. The School Board reserves the right to withhold any or allpayments or portions thereof for Contractor’s failure to perform in accordance with the provision of thecontract or any modifications thereto. Payment with VISA is the preferred method of payment and decreasesthe length of time for normal check processing.9. AVAILABILITY OF FUND APPROPRIATIONS: Manassas City Public Schools’ obligation to paycompensation due to the Contractor under the contract or any other payment obligations under any contractawarded pursuant to this IFB is subject to appropriations by the School Board to satisfy payment of suchobligations. The School Division’s obligations to make payments during subsequent fiscal years aredependent upon the same action. If such an appropriation is not made for any fiscal year, the contract shallterminate effective at the end of the fiscal year for which funds were appropriated and MCPS will not beobligated to make any payments under the contract beyond the amount appropriated for payment obligationsunder the contract. MCPS will provide the Contractor with written notice of non-appropriation of funds withinthirty (30) calendar days after action is completed by the School Board. However, failure to provide suchnotice will not extend the contract into a fiscal year in which sufficient funds are not appropriated.10. ETHICS: The provisions contained in Chapter 43, Article 6, Sections 2.2-4377 of the VPPA, as set forth inthe 1950 Code of Virginia, as amended, apply to this contract.11. USE OF CONTRACT BY OTHER PUBLIC BODIES/COOPERATIVE PURCHASING: Bidders are advisedthat the resultant contract(s) may be extended, with the authorization of the Bidder, to Northern VirginiaMetropolitan Washington Council of Governments jurisdictions and other jurisdictions and PoliticalSubdivisions of the Commonwealth of Virginia, to other Virginia public bodies, or public agencies orinstitutions of the United States to permit their use of the contract at the same prices and/or discounts andterms and conditions of the resulting contract.If any other public body decides to use the final contract, the Contractor(s) must deal directly with that publicbody concerning the placement of orders, issuance of the purchase orders, contractual disputes, invoicingand payment. MCPS acts only as the “Contracting Agent” for these public bodies. Failure to extend acontract to any public body will have no effect on consideration of your bid. Other public bodies desiring touse this contract must make their own legal determination as to whether the use of this contract is consistentwith their laws, regulations, and other policies. MCPS is not a legally binding party as a result of thissolicitation. It is the awarded vendor’s responsibility to notify the jurisdictions and political subdivisions of theavailability of the contract.12. AUDIT: The Contractor shall retain all books, records and other documents relative to this contract for three(3) years after final payment, or until audited by MCPS of Manassas, whichever is sooner. MCPS shall havefull access to and the right to examine any of said materials during the retention period.13. GOVERNING LAW: This Contract is governed by the laws of the Commonwealth of Virginia, including butnot limited to the Virginia Public Procurement Act (VPPA), Sections 2.2-4300, et seq. of the Code of Virginia(1950), as amended. This Contract is also governed by the applicable School Board Policies.14. PROTEST: Offeror may refer to the Code of Virginia, Sections 2.2-4357 – 2.2-4364 to determine theirremedies concerning the competitive process.19-030-IFB – CONVEYOR TYPE DISHWASHER AT OHS9

15. OWNERSHIP OF MATERIAL: Ownership of all data, material and documentation originated and prepared bythe Contractor for MCPS pursuant to this solicitation and any resulting contract shall belong exclusively toMCPS and be subject to public inspection in accordance with the Virginia Freedom of Information Act.16. NO SUBSTITUTIONS: The items listed as “No Substitutions Accepted” are sued for compatibility andstandardization purposes. The brand names designed are for specific purpose and therefore cannot besubstituted with another brand. Only the brand name specified will be considered for award. Bidders offeringother than the required brands shall have their bids rejected as non-responsive in its entirety or for thoseitems.17. METHODS OF ORDERING: MCPS may use two (2) different methods of placing orders from the finalcontract: Purchase Orders (PO’s) and approved procurement cards (P-Cards).P-Card orders and payments by use of MCPS is currently a VISA card. Contractors are encouraged toaccept this method of receiving orders without invoking additional fees to MCPS.Performance under this contract is not to begin until receipt of the Purchase Order, P-Card order, or othernotification to proceed by the Purchasing Agent.18. PRICES AND QUANTITIES: The quantities specified in this solicitation are estimates only, and are given forthe information of bidders and for the purpose of bid evaluation. They do not indicate the actual quantity thatwill be ordered since the actual volume will depend upon requirements that develop during the contractperiod.All prices/discounts shall be FOB Destination and shall include all charges that may be imposed in fulfillingthe terms of this contract.Labor rates specified by the bidders shall include all direct and indirect overhead costs including but notlimited to transportation of workers, material acquisition, handling, delivery, for movement of contractor ownedor rented equipment, project supervision, and general and administrative costs, etc. and must be included inthe labor rates of the bid. Labor rates will be paid on the basis of time at the site.The successful bidder may be required to provide materials, equipment rental, and subcontractors to fulfill therequirements of the contract. If the successful bidder provides materials, equipment rental or subcontractorsthe Contractor will invoice all materials, equipment rental and/or subcontractors based on the actual cost. Noadditional costs of any kind will be allowed.The Contractor shall make every attempt to obtain the lowest prices for materials, equipment rentals,and subcontractors.The Contractor agrees that for unit price contracts, prices shall remain firm for the time period listed withinSection 5, Price Changes and Renewals. If the Contractor requests a price increase before that time, the unitprice may be increased only upon approval of a written request to the Purchasing Agent. Upon receipt of theContractor’s request, MCPS shall make a determination to approve or adjust the requested price increasebased upon its investigations and the information provided by the Contractor.The request for a change, before the contractual increase period, in the unit price shall include as a minimum,(1) the cause of the adjustment; (2) proposed effective date; and (3) the amount of the change requested with19-030-IFB – CONVEYOR TYPE DISHWASHER AT OHS10

documentation to support the requested adjustment (e.g. appropriate Bureau of Labor Statistics indexes,significant change in manufacturer’s price, etc.)The request must be received at least 30 days prior to the effective date and shall become effective only uponapproval by the Purchasing Agent. The increased contract unit price shall not apply to orders received by theContractor prior to the effective date of the approved increased contract unit price. The Purchasing Agentmay cancel, without liability to either party, any portion of the contract affected by the requested increase andany materials, supplies or services undelivered at the time of such cancellation.Contractor shall notify MCPS within fourteen (14) days of a manufacturer’s announcement to decrease prices.19. NON-CONFORMING TERMS AND CONDITIONS: If a bid contains alternate terms and conditions that donot conform to the terms and conditions in this solicitation, the bid will be subject to rejection for nonresponsiveness. MCPS reserves the right to permit a bidder to withdraw nonconforming terms and conditionsfrom its bid prior to the determination of non-responsiveness.20. EXCEPTIONS: Bidders taking exception to any part or section of this solicitation shall indicate suchexceptions on the Bid Form. Failure to indicate any exceptions indicates the bidder’s intent to fully complywith the solicitation as written. However, conditional or qualified bids with such exceptions, unless specificallyallowed in the solicitation, are subject to rejections in whole or in part as non-responsive.SPECIAL CONDITIONS1. PERMITS AND LICENSES:The Contractor is responsible for obtaining any necessary licenses and permits, and for complying withany applicable Federal, State and municipal laws, codes and regulations, in connection with theperformance of the Work.2. CONTRACT INSURANCE PROVISIONS:Under this contract, the Contractor assumes all risks of direct and indirect damage or injury to theproperty or persons in connection with this work, and of all damage or injury to any person or propertyresulting from any action, omission, commission or operation. All required insurance shall be maintainedby the Contractor and its independent contractors at their sole expense, in full force and effect during thelife of the contract and until such time as all work has been approved and accepted by MCPS. TheCertificate of Insurance must be submitted prior to Notice to Proceed.Certificate of Insurance must show at a minimum all coverage and endorsements indicated by “X”COVERAGE REQUIREDLIMITS (FIGURES DENOTE MINIMUMS)X1Workers’ CompensationStatutory limits of Virginia (if applicable)X2Employer’s Liability 1,000,000 accident; 1,000,000 each employee disease; 1,000,000 policy aggregate – diseaseX3Commercial General Liability (CGL) 3,000/ 100,000 CSL BI/PD each occurrence; 1,000,000 annual aggregate4Premises/Operations 500,000 CSL BI/PD each occurrence; 1,000,000 annual aggregateX5Automobile Liability 1,000,000 per person/ 1,000,000 per accident;uninsured motorist19-030-IFB – CONVEYOR TYPE DISHWASHER AT OHS11

X6Owned/Hire/Non-Owned Vehicles7Independent Contractors8Products Liability9Completed Operations1012Contractual Liability (Must beshown on CertificatePersonal and Advertising InjuryLiabilityUmbrella Liability1314Per Project AggregateProfessional Liability1516Miscellaneous E&OGarage Liability17Garage Keepers Liability181920Moving and Rigging FloaterDishonesty BondBuilder’s Risk11 1,000,000 BI/PD each accident; uninsuredmotorist 500,000 CSL BI/PD each occurrence, 1,000,000 annual aggregate 500,000 CSL each occurrence, 1,000,000 annual aggregate 500,000 CSL BI/PD each occurrence, 1,000,000 annual aggregate 500,000 CSL BI/PD each occurrence 1,000,000 each offence; 1,000,000 annual aggregate 1,000,000 Bodily Injury, Property Damage andPersonal Injury 1,000,000 per occurrence/claim 1,000,000 per claim; 2,000,000 annual aggregate on a claims-madebasis 1,000,000 per occurrence/claim 1,000,000 Bodily Injury, Property Damage peroccurrence 500,000 Comprehensive; 500,000 CollisionEndorsement to CGL Provide Coverage in the full amount of ContractThe Contractor shall secure and maintain all insurance certificates of its subcontractors, which shall bemade availa

Manassas, Virginia 20110 Any changes and/or addenda will be posted on the eVirginia State Bid System and Manassas City Public Schools (MCPS) websites. Bidders areresponsible for acknowledging any and all addenda prior to bid submission. Failure to acknowledge all addenda may result in declaration of the bid as a nonresponsive bid.

Related Documents:

to Bid form (SBD1) and requisite bid forms attached as (Part 4) with its bid. Bidders must take careful note of the special conditions. 2.2 All bids submitted in reply to this invitation to bid should incorporate all the forms, parts, certificates and other documentation forming part of this invitation to bid, duly completed and

Bruksanvisning för bilstereo . Bruksanvisning for bilstereo . Instrukcja obsługi samochodowego odtwarzacza stereo . Operating Instructions for Car Stereo . 610-104 . SV . Bruksanvisning i original

Aug 27, 2019 · SUBMISSION OF BID: a. Bids must be sealed in an envelope, and the outside of the envelope should be marked with the following information: 1. Marked with the words “Sealed Bid”. 2. Name of the firm submitting the Bid. 3. Title of the Bid. 4. Bid Number. 5. Bid Due Date. 6. Contact e-mail and telephone number. b. The bid must be submitted as .

Description: HIGH MAST LIGHTING PROJECTS-D4-4/15/19 Bid invitation nbr: 6100005563 Bid Due Date & Time (ET): 04/23/2019/ 14:00:00 Bid Invitation Page 2 / 4 Successful vendor will be asked to ship order complete. No partial shipments. NO SUBSTITUTE WILL BE ACCEPTED FOR THOSE LINES WHERE SPECIFIC MANUFACTURERS PART NUMBERS ARE DESCRIBED. Bid .

3.3 A bid that contains any escalation clause is considered invalid. 3.4 Bidders shall include a Bid Bond or other approved bid security with the bid form submitted to the Owner when the bid form indicates such bid security is required. The bond value shall be 5% of the bid amount. The form of bond is shown in section 00 43 13.

Invitation for Bid, Page 1 of 3 Peralta Community College District . INVITATION FOR BID . Bid No.: 14-15/25 Merritt College Science & Allied Health Building Microscopes . The Peralta Community College District, Oakland, California, through the Office of Purchasing, is

C. This Invitation to Bid will include and require a total bid price for the project, and assurances of Contractor experience and capacity to adequately contract and perform the work. D. Responding to this Invitation to Bid, the Bidder acknowledges that for any contract signed as a result of this

Modern Approaches to Management *Separated Bureaucracy from Classical School. Lawal (2012) 1. Classical School of Management 2. Organic or Neo-Classical School (Human Relations and Behavioural Theories) 3. System and Contingency School 4. Dynamic Engagement Era * Agreed with Stoner et al. (2004) by Identifying New School (No. 4) Robbins and Coulter (2009) 1. Classical Approach 2. Quantitative .