BID 60-2021 CUSTODIAL EQUIPMENT MAINTENANCE, PARTS, AND REPAIR SERVICES

expired opportunity(Expired)
From: Chesapeake City Public Schools(School)
60-2021 Custodial Equipment Maintenance, Parts, and Repair Services BID DUE DATE / TIME April 14, 2021 2:00 PM BID OPENING DATE/TIME April 14, 2021 2:30 PM Tina Eley, VCA, Buyer (757) 547-0265 Tina.Eley@cpschools.com Vendors, please note that due to the COVID-19 pandemic, your bid response must be submitted utilizing DemandStars E-Bidding platform. Bids submitted by any other method will not be accepted. 2 INVITATION TO BID DATE: March 29, 2021 BID NUMBER: 60-2021

Basic Details

started - 14 Apr, 2021 (about 3 years ago)

Start Date

14 Apr, 2021 (about 3 years ago)
due - 14 Apr, 2021 (about 3 years ago)

Due Date

14 Apr, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
60-2021 Custodial Equipment Maintenance, Parts, and Repair Services BID DUE DATE / TIME April 14, 2021 2:00 PM BID OPENING DATE/TIME April 14, 2021 2:30 PM Tina Eley, VCA, Buyer (757) 547-0265 Tina.Eley@cpschools.com Vendors, please note that due to the COVID-19 pandemic, your bid response must be submitted utilizing DemandStars E-Bidding platform. Bids submitted by any other method will not be accepted. 2 INVITATION TO BID DATE: March 29, 2021 BID NUMBER: 60-2021

Identifier

60-2021 Custodial Equipment Maintenance, Parts, and Repair Services BID DUE DATE / TIME April 14, 2021 2:00 PM BID OPENING DATE/TIME April 14, 2021 2:30 PM Tina Eley, VCA, Buyer (757) 547-0265 Tina.Eley@cpschools.com Vendors, please note that due to the COVID-19 pandemic, your bid response must be submitted utilizing DemandStars E-Bidding platform. Bids submitted by any other method will not be accepted. 2 INVITATION TO BID DATE: March 29, 2021 BID NUMBER: 60-2021
Chesapeake City Public Schools

Customer / Agency

Chesapeake City Public Schools
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1 CHESAPEAKE PUBLIC SCHOOLS Purchasing Department 312 Cedar Road Chesapeake, VA 23322 INVITATION FOR BID #60-2021 Custodial Equipment Maintenance, Parts, and Repair Services BID DUE DATE / TIME April 14, 2021 2:00 PM BID OPENING DATE/TIME April 14, 2021 2:30 PM Tina Eley, VCA, Buyer (757) 547-0265 Tina.Eley@cpschools.com Vendors, please note that due to the COVID-19 pandemic, your bid response must be submitted utilizing DemandStars E-Bidding platform. Bids submitted by any other method will not be accepted. 2 INVITATION TO BID DATE: March 29, 2021 BID NUMBER: 60-2021 BID TOPIC: Custodial Equipment Maintenance, Parts and Repair Services BIDS MUST BE RECEIVED AND REGISTERED NO LATER THAN: Hour: 2:00 P.M. Date: April 14, 2021 Submit bid electronically via www.DemandStar.com ABSOLUTELY NO BIDS WILL BE ACCEPTED AFTER THE ABOVE LISTED HOUR. BID TO BE OPENED:
Time: 2:30 P.M. Date: April 14, 2021 ANYONE INTERESTED IN LISTENING TO THIS OPENING IS WELCOME TO JOIN IN THE OPENING VIA ZOOM. IT IS REQUESTED THAT ALL ATTENDING BE ON TIME. ZOOM: Vendors may listen to the public opening via Zoom meeting. You must download the ZOOM app or open using the following link: https://zoom.us/j/98683940045 ~or~ Dial by Your Location: +1 301 715 8592 US (Germantown) +1 312 626 6799 US (Chicago) +1 646 558 8656 US (New York) +1 253 215 8782 US (Tacoma) +1 346 248 7799 US (Houston) +1 669 900 9128 US (San Jose) Meeting ID: 98683940045 *AUTHORIZED REPRESENTATIVE OF CHESAPEAKE PUBLIC SCHOOLS: Name: Tina Eley, VCA Phone Number: (757) 547-0265 Title: Buyer DELIVERY: All material may be shipped and / or all work To commence as stated in the bid specifications With completion as stated in the bid specifications PLEASE DIRECT ANY INQUIRIES TO THE AUTHORIZED REPRESENTATIVE. ALL BIDS MUST BE SUBMITTED ELECTRONICALLY VIA DEMANDSTAR E-BIDDING. BIDS SUBMITTED BY ANY OTHER METHOD WILL NOT BE ACCEPTED. http://www.demandstar.com/ https://www.google.com/url?q=https://zoom.us/j/98683940045&sa=D&source=calendar&ust=1615062911496000&usg=AOvVaw2WqwjzjUb3ziSEAap0oER9 3 Chesapeake Public Schools General Bid Conditions For Equipment, Supplies and Contract Services The conditions set forth herein apply to all equipment, supplies, and contracted services bid to the Chesapeake Public Schools. All bidders are bound, will adhere to, and comply with these conditions. Please read these conditions carefully as they are an integral part of the agreement and contract awarded to the successful bidder. A. Bid Procedure 1. In the event a bidder finds either discrepancies or omissions in the specifications, drawings, and / or bid documents, he shall notify the Purchasing Department, Chesapeake Public Schools, at once. If it is found necessary, a written addendum will be sent to each bidder. All addenda issued shall become a part of the bid documents and should be acknowledged on the Letter of Transmittal. Important: No interpretation of the meaning of the specifications, drawings, and / or bid documents (except for procedural clarification) will be made orally to any potential bidder. All requests for such interpretation will be in writing and submitted no later than five (5) days prior to the date fixed for the opening of the bid. 2. The bid response must be submitted electronically utilizing the DemandStar E-Bidding platform (www.demandstar.com ). Bids submitted by any other method will not be accepted. Instructions for submitting bids electronically utilizing the DemandStar platform are posted on the Chesapeake Public Schools Purchasing website/Current Bids (https://cpschools.com/purchasing/current-bids/). 3. All bid responses will be opened and read aloud promptly at the time and date set forth in the Invitation to Bid. Vendors or their representatives are invited to listen to the opening of bid via ZOOM Meeting. Please be on time for the bid opening. 4. Bids received after the date and time of bid registration will not be considered. 5. Bids are to be submitted on and in accordance with forms provided by the Chesapeake Public Schools. 6. All information requested on the Letter of Transmittal and the Vendors Response / Bid Proposal Form must be completed to constitute a valid bid offer. 7. Any deviations from the specifications must be set forth in the bid documents. 8. Prices and information required, except for the signature of the bidder, should be typewritten for legibility. Illegible or vague bids will be rejected. Note: The signature of the person submitting the bid must be handwritten. Any bid submitted with corrections must have the corrections initialed by the person who signed the bid or his designee. No bid changes will be permitted after the bid is due. 9. The use of a brand name, make, or manufacturer within the specifications does not restrict the bidder solely to that specified. Instead, it serves to convey to the bidder the general style, type, character, and quality of the item desired. Any item which the Chesapeake Public Schools in its sole discretion determines to be the equal of that specified, considering quality, workmanship, economy of operation, and suitability for the purpose intended, shall be accepted. 10. When bidding an item other than that specified, the bidder will give the trade designation of the item, manufacturers name, and detailed specification on the item he proposes to furnish. The absence of this information on the Vendors Response / Bid Proposal Form will be construed as submitting a price on the identical item specified. 11. Bids on equipment must be standard new equipment, of latest model, and in current production, unless otherwise specified. 12. When bids are requested on lump sum basis, bidder must enter the price for each item and the lump sum. 13. All prices quoted must be per unit as specified. All prices quoted will include all materials, labor, and any incidental expenses incurred by the contractor in performing the contract as per the bid documents. No other charges may be added. 14. Enter the price per unit and the extensions for each item bid. In cases where there is a discrepancy, the lowest price will govern. 15. All bid prices are to be F.O.B. destination unless otherwise indicated. If the award is made on any other basis, transportation charges will be prepaid by the successful bidder and added to the invoice as a separate item. In any case, title shall not pass until items have been delivered and accepted. Delivery alone does not constitute acceptance. http://www.demandstar.com/ https://cpschools.com/purchasing/current-bids/ 4 16. The bidder expressly warrants that the price or prices quoted herein are not the result of an agreement or understanding expressed or implied with any other bidder or bidders. 17. Withdrawal of bid due to error: A bidder may withdraw his bid from consideration if it contains a mistake provided that: a. The bid was submitted in good faith. b. The mistake was a clerical mistake as opposed to a judgment mistake. c. It was due to an unintentional arithmetic error or unintentional omission of a quantity of work, labor, or materials made in the compilation of the bid. d. Chesapeake Public Schools reserves the right to require proof from original sources of compilation that would verify the withdrawals validity. It is preferred that notice of intent to withdraw be given in writing within two (2) business days after conclusion of the bid opening procedure and must state the reason for withdrawal. However, for all construction projects, notice must be given within two (2) business days after conclusion of the bid opening. No bidder who is permitted to withdraw a bid shall, for compensation, supply any material or labor to or perform any subcontract or other work agreement for the person or firm to whom the contract is awarded or otherwise benefit, directly or indirectly, from the performance of the project for which the withdrawn bid was submitted. If the Chesapeake Public Schools denies the withdrawal of a bid under the provisions of this section, it shall notify the bidder in writing stating the reasons for its decision and award the contract to such bidder at the bid price, provided such bidder is a responsible and responsive bidder. 18. For all contracts: a. The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by federal or state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. b. The contractor will, in all solicitations of advertisements for employees placed by or on behalf of the contractor, state that such contractor is an equal opportunity employer; provided, however, that 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. c. The contractor will include the provisions of the foregoing paragraph in every subcontract or purchase order over $10,000, so that the provisions will be binding upon each subcontractor or vendor. d. During the performance of this contract, the contractor agrees to (i) provide a drug-free and tobacco- free workplace for the contractors employees; (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, marijuana, or tobacco product is prohibited in the contractors 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 contractor that the contractor maintains a drug-free and tobacco-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order so that the provisions will be binding upon each subcontractor or vendor. 19. Chesapeake Public Schools is exempt from federal, state, local, and excise taxes. The bid price shall be net and not include the amount of any such tax. Exemption certificates, if required, will be provided upon request. The contractor shall pay all sales, consumer, use, and other similar taxes for work or portions thereof provided by the contractor which are legally enacted at the time bids are received, whether yet effective. The contractor shall also pay for and obtain all permits (includes all federal, state, and local) necessary to complete the project as indicated in the bid documents. 20. Sales to school boards are not affected by any fair-trade agreements. 21. Prompt payment discounts will be considered in awarding the bid; however, no prompt payment discounts will be considered if offered for a period of less than twenty (20) days. Time allowed for cash discounts will be figured from date of receipt of a properly executed invoice form or date of delivery, whichever is later. 22. In submitting a bid, the bidder signifies that he is fully informed as to the extent and character of the supplies, material, equipment, and services required and a representation that the bidder can furnish the supplies, materials, equipment, and services satisfactorily in complete compliance with the specifications. Further, the 5 bidder signifies that he has inspected the site when deemed necessary by the bidder on which the work shall be done and is aware of all conditions affecting the execution of the work contained within the bid documents. 23. Under penalty of perjury, the bidder certifies that the bid price or prices quoted have been arrived at by the bidder independently and has been submitted without collusion with any other vendor of supplies, equipment, or services of the type bid: the contents of the bid have not been communicated by the bidder, or, to his knowledge and belief, by any of his employees or agents, to any person not an employee or agent of the bidder or its surety on bond furnished herewith, prior to the official opening of the bid. B. Bid Contract 1. The Chesapeake Public Schools reserves the right to reject any or all bids in whole or in part, to waive any informalities such as technical defects, qualifications, irregularities, and omissions if in its judgment the best interest of the Chesapeake Public Schools System will be served. 2. Unless otherwise stipulated, the right is reserved to award the bid in total, by individual item, or by category (compatibility of items), whichever is in the best interest of Chesapeake Public Schools. 3. Award will be made to the lowest responsive and responsible bidder, as will best promote the public interest, taking into consideration the reliability of the bidder, the quality of the materials, warranty of the product, conformity with the specifications, purposes for which required, and terms of delivery. 4. All other factors being equal such as quality, service, cost etc., award preference shall be given in the following order: Chesapeake City firms, area firms, state firms, and out-of-state firms, if such a choice is available; otherwise, a tie shall be decided by a random drawing. Whenever any bidder is a resident of any other state and such state under its laws allows a resident contractor of that state a preference, a like preference may be allowed to the lowest responsive and responsible bidder who is a resident of Virginia. 5. The Chesapeake Public Schools reserves the right to make awards within ninety (90) days after the date of the bid opening during which period bids may not be withdrawn unless the bidder distinctly states in his bid that acceptance thereof must be made within a shorter specified time. Any bid on which the bidder shortens the time specified for acceptance, may, in the discretion of Chesapeake Public Schools be rejected. 6. Bidders may be notified in writing of the bid accepted. 7. In submitting a bid, the bidder obligates himself and / or his company to furnish goods or services at price bid, and that written notice from Chesapeake Public Schools constitutes a contract between the bidder and Chesapeake Public Schools. (When a written contract as a separate document is required, this will be prepared and / or approved by Chesapeake Public Schools and submitted to the successful bidder.) An award letter does not constitute official notification unless agreed to by both parties. When circumstances warrant, quantities may be adjusted by mutual consent of Chesapeake Public Schools and the successful bidder. 8. When the Chesapeake Public Schools notifies a bidder in writing of its acceptance of the bidders price, this contract will become effective on the date acceptance is written. Notification to the bidder can be in the form of a formal contract, purchase order, award letter, or a letter of intent. Public notice of award or the announcement of the decision to award shall be provided in the form of an award letter sent to all participating bidders after final evaluation of bids have occurred. Additionally, award notification shall be posted on the Bid Board located within the Purchasing Department, on DemandStar (www.demandstar.com), and the Chesapeake Public Schools Purchasing website https://cpschools.com/purchasing/awarded-bids- 2020-2021/. 9. At its sole discretion, Chesapeake Public Schools reserves the right to accept or reject any decrease in the bid price offered by the successful vendor, as long as all conditions, specifications, etc. remain unchanged, and at any time during a contract period, if determined that it is in the best interest of the school district. 10. If the successful bidder fails to either perform within the time specified, or within a reasonable time, or fails to perform satisfactorily in accordance with the specifications, or should market conditions change such that it is not in the best interest of the Chesapeake Public Schools to continue to purchase from the contract, Chesapeake Public Schools may take the appropriate action to satisfy the contract, including cancellation of the contract. In the event a bidder fails to perform satisfactorily, and the contract has been canceled for poor or nonperformance, any cost incurred more than the contract amount may be back charged to the original bidder. Should the difference be less, the successful bidder shall have no claim to the difference. Additionally, the original bidder may be removed from the bid list. The bidder may be allowed to apply for reinstatement to the bid list after a period of one (1) year or one (1) bid cycle, whichever is longer. If reinstatement is possible, it can only occur after a meeting with a purchasing administrator in which the original bidder must demonstrate that the original unsatisfactory actions or conditions have been corrected. http://www.demandstar.com/ https://cpschools.com/purchasing/awarded-bids-2020-2021/ https://cpschools.com/purchasing/awarded-bids-2020-2021/ 6 11. Chesapeake Public Schools may order changes in the work and the contracted sum shall be adjusted accordingly. All such orders and adjustments shall be filed on AIA Document G-701 or similar format. Claims by the contractor for extra cost must be submitted in writing and approved by the authorized representatives of Chesapeake Public Schools named in the bid before executing any work, or in accordance with the language contained in the contract. Any changes for more than $50,000 or 25 percent (25%) of the contract amount, whichever is greater, must be approved by the Chesapeake Public Schools School Board. 12. When materials, equipment, or supplies are rejected, they must be removed by the successful bidder from Chesapeake Public Schools property within ten (10) days from notification. Materials, equipment, or supplies left longer than ten (10) days will be considered as abandoned by the successful bidder and may be disposed of as if it were the property of Chesapeake Public Schools. 13. The successful bidder shall not assign, transfer, convey, sublet, or otherwise dispose of the contract or his right, title, or interest therein, or his power to execute such contract to any other person, company, or corporation, without the previous written consent of the Chesapeake Public Schools. 14. In accordance with the Code of Virginia, Section 11-53, the Chesapeake Public Schools reserves the right to negotiate with the lowest responsive responsible bidder. 15. The successful bidder / contractor shall be responsible to secure, at its expense, all state and local permits and licenses required to do business in the City of Chesapeake. 16. The Chesapeake Public Schools reserves the right to make multiple awards from bids, if applicable, and is within the best interest of the school district. 17. The quantities required, as stated on the enclosed specifications sheet, are expressly agreed to be an estimate only and nothing herein or attached shall bind Chesapeake Public Schools to purchase any specified amount of the product or products. Chesapeake Public Schools reserves the right to increase the estimated quantity for the purchase from the successful bidder as much as ten percent (10%). Upon mutual agreement of both parties, Chesapeake Public Schools reserves the right to purchase additional goods not to exceed fifty percent (50%) of the original contract. 18. When food commodities, dairy products or meats are rejected, they must be removed by the successful bidder from Chesapeake Public Schools property within ten (10) days from the initial notification. Food commodities, dairy products or meats left longer than ten (10) days will be considered abandoned by the successful bidder and may be disposed of as if it were Chesapeake Public Schools property C. Delivery and Installation 1. No items are to be shipped or delivered, nor any work proceed until receipt of purchase order or confirming purchase order number from an agent of the Chesapeake Public Schools Department of Purchasing. 2. Delivery must be made as stipulated on the purchase order. If for reasons beyond the control of the company the delivery cannot be made by the specified date, it will be the companys responsibility to notify the authorized representative of Chesapeake Public Schools of the reason for the delay and the new delivery date. Failure of this notification may be justification for removal of a vendor from the bid list. 3. All deliveries are to be made between 8 a.m. and 2 p.m., Monday through Friday, unless otherwise stipulated in the bid. Prices quoted in the bid proposal shall include all delivery costs and expenses incurred for inside delivery (defined as all transportation and labor necessary to deliver required product(s) to and inside, at a designated area within the project locations). If the successful vendor chooses to use an independent shipper, arrangements must be made in advance for inside delivery. Chesapeake Public Schools will not provide any personnel to aid in the unloading or installing of any product. Failure to make necessary arrangements may result in refusal of the shipment. Such refusal shall not obligate Chesapeake Public Schools for any charges more than that stated in the bid proposal. 4. No deliveries may be made on Saturday, Sunday, or a legal holiday except when the delivery is an emergency, in which event the convenience of Chesapeake Public Schools shall govern. 5. Item(s) shall be properly packed for shipment, storage, and stocked in new shipping containers and in accordance with accepted commercial practices. 6. The successful bidder shall be responsible for the delivery of items in good condition to the point of destination. He shall file with the carrier all claims for breakage, imperfections, and other losses, which will be deducted from invoices. The receiving representative for each participant will note for the benefit of successful bidders when packages are not received in good condition. 7. The successful bidder will be required to furnish signed proof of delivery in every instance. 8. All deliveries shall be accompanied by delivery tickets or packing slips. Tickets shall contain the following information for each item delivered: 7 a. Purchase Order Number and / or Contract Number. b. Name of Article. c. Item Number. d. Quantity. e. Name of Successful Bidder. Cartons shall be labeled with purchase order or contract number, successful bidders name, and general statement of contents. Failure to comply with this condition shall be considered sufficient reason for refusal to accept the goods at no cost to the receiving participant. 9. The successful bidder shall remove all debris and rubbish resulting from his work in an acceptable manner off school grounds daily. Upon completion of the work, the premises shall be left in a neat, unobstructed condition, the buildings and grounds cleaned, and everything in proper repair, and working order. 10. Equipment and supplies shall be stored at the site only on approval of the Chesapeake Public Schools and at the successful bidders risk. In general, such on-site storage should be avoided to prevent possible damage or loss. 11. The primary contractor must submit to the Chesapeake Public Schools a list of all subcontractors that will be used to complete the project. 12. Case lots of 100 or more will be palletized on standard wood pallets to be exchanged upon delivery. 13. Local school deliveries shall be requested for the delivery of milk, ice cream, produce, bread products, and any other items specified by Chesapeake Public Schools Department of Custodial Services. D. Samples 1. The Chesapeake Public Schools reserves the right to request a representative sample of the items bid prior to the award. If the sample fails to meet specifications, the bid will be disqualified. 2. If samples are requested subsequent to bid opening, they shall be delivered within five (5) days of the request, or as directed, for the bid to have consideration. Samples must be furnished at no expense to the Chesapeake Public Schools and must be accompanied by a descriptive memorandum invoice indicating if the bidder desires their return, provided they have not been used or made useless by tests. Award samples will be held for comparison with deliveries. The Chesapeake Public Schools will not be responsible for any samples destroyed or mutilated by examination or testing. The vendor will be advised when the sample may be picked up. Samples not removed within fifteen (15) days after written notice to the bidder will be regarded as abandoned, and the Chesapeake Public Schools shall have the right to dispose of them as its own property. 3. If specifications state that an item to be bid must equal a sample on display, the sample will be made available to all bidders by the Chesapeake Public Schools personnel. Failure of a bidder to examine the sample shall not relieve him from complying with the specifications. 4. All specifications are minimum standards. In the case of an offered bid sample being of superior quality and receiving the bid award, the delivered must be the same as the sample submitted. E. Insurance 1. The successful bidder will be required to carry adequate insurance to protect the Chesapeake Public Schools from loss in case of accident, fire, theft, etc., prior to acceptance by a responsible person representing the Chesapeake Public Schools. Additionally, the Chesapeake Public Schools reserves the right to require bid, performance, labor, and material payment bonds. This requirement will be stated in the original bid documents if it is applicable. Bonds, if required, must be obtained from a surety company that is on both the State Corporation Commission and the Treasury Departments most recent listing of approved licensed surety companies. Insurance requirements include the following: a. General Liability: Liability coverage for bodily injury and property damage shall be a minimum of $500,000. An umbrella form of coverage may be required in some cases. b. Automotive Liability: The successful vendor will provide a certificate of insurance showing a minimum of $500,000 for automotive liability insurance to include bodily injury and property damage. c. Workmens Compensation and Employer Liability: Workmens compensation shall be required of any contractor that has employees prior to beginning work. 2. Prior to undertaking performance of the contract hereunder, the contractor shall be required to furnish certification in a form acceptable to Chesapeake Public Schools that the successful bidder possesses a valid liability insurance policy issued by an insurance company licensed to do business in the Commonwealth of Virginia with effective dates and limits of liability as required by the Chesapeake Public Schools. This certification shall insure the successful bidders legal liability for injury to or destruction of property (real or personal) and bodily injury or death caused in whole or part by any act of omission of the successful bidder, 8 subcontractors, and the agents and employees of either, occasioned directly or indirectly in the performance of the contract. The insurance company will be required to provide 30 days written notice to Chesapeake Public Schools Purchasing Department in the event of a change or cancellation of any policy. In addition, Chesapeake Public Schools must be listed as an additionally named insured party with respect to the contract. 3. The successful bidder shall protect, defend, and save harmless the Chesapeake Public Schools, Chesapeake School Board, City of Chesapeake, and Chesapeake City Council from and against all claim, damages, losses, judgments, and expenses (including attorneys fees) arising out of or resulting from the performance of the work provided that any such claim, damage, loss or expense (a) is attributable to bodily injury, sickness, disease, or death, or to injury or destruction of property (real or personal) including loss of use resulting therefrom, and (b) is also caused in whole or in part by any act of omission of the contractor, any subcontractor, anyone directly or indirectly employed or controlled by any one of them regardless of whether said claims, damage, loss, or expense is caused in part by the Chesapeake Public Schools. In any and all claims against the above aforementioned or any of its agents or employees by any employee of the contractor or any subcontractor, or anyone directly or indirectly employed by any of them or anyone for whose acts any one or more of them may be liable, the indemnification obligation of the contractor hereunder shall not be limited in any way to limits on the amount or type of damages, compensation, or benefits payable to or for the contractor or any subcontractor under the Workmens Compensation Act, or any disability benefit acts or any other employee benefit act of the Commonwealth of Virginia or any other state. 4. The successful bidder shall not be held responsible for losses resulting from wars, acts of public enemies, strikes, fires, floods, acts of nature, or for any other acts not within the control of the successful bidder and which by the exercise of reasonable diligence he is unable to prevent. 5. The successful bidder shall protect, defend, and save harmless Chesapeake Public Schools, Chesapeake School Board, City of Chesapeake, and Chesapeake City Council from and against any suits of actions of every nature and description brought against it for, or on account of, any injuries or damages received or sustained by any party or parties by or from any acts of the bidder, its servants or agents, as a result of the award of contract. F. Licenses 1. Each bidder must be properly licensed in the locality in which their business office resides and in compliance with all pertinent state (Virginia) and local regulations. Each contractor will make himself aware of the City of Chesapeake codes and regulations relevant to business licenses and should be in compliance with said codes and regulations. Contractors Regulatory License 2. Chesapeake Public Schools will only award contracts more than $1,000 to registered contractors per the Virginia Contractors Registration Law 54.1-1100. One (1) of the following licenses shall apply: Class C for contracts valued over $1,000, but no more than $10,000; Class B: for contracts valued at $10,000 or more, but less than $120,000; Class A: for contracts valued at $120,000 or more. Please indicate on the Letter of Transmittal, your class and registration number. Failure to comply may disqualify your bid from consideration. G. Payments 1. Payment of invoices will be certified promptly for items received in accordance with specifications and bid. 2. Payment shall not preclude Chesapeake Public Schools from making a claim for adjustment on any item later found not to have been in accordance with General Conditions, Special Conditions, and Specifications of Bid. 3. Partial payments against a total order will be made upon presentation of a properly executed invoice and in accordance with Chesapeake Public Schools accounting procedures and practices. 4. Finance charges, if incurred, can only be assessed at a rate not to exceed one percent (1%) per month or as mandated by the Virginia Public Procurement Act, Section 2.2-4352. 5. On any contract $100,000 or greater, the contractor must submit within fourteen (14) days after the acceptance of the contract a schedule of values allocated to the various tasks to be performed. This schedule will be used as a basis for the calculation of progress payments. 6. Progress payments will be made upon presentation of a contractors invoice and certification by Chesapeake Public Schools personnel. Payments will be ninety-five percent (95%) of the earned sum. Five percent (5%) will be retained to assure faithful performance of the contract. All amounts withheld will be included in the final payment. H. Minorities Statement Chesapeake Public Schools encourages the use of minority firms, vendors, contractors, and subcontractors to provide goods and services, including construction projects. I. Internet Access 9 Bids may be viewed and downloaded by accessing our webpage at https://cpschools.com/purchasing/current-bids/ . J. Inspection of Records The successful vendor / contractor shall maintain, during the course of the work / contract, and retain, not less than five (5) years after final payment for completion thereof, complete and accurate records of all costs chargeable to Chesapeake Public Schools regarding any work or contract awarded. Additionally, Chesapeake Public Schools, or its authorized agents, shall have the right, at any reasonable time, to inspect and audit those records. The records to be maintained and retained by the work / contract shall include, without limitation, all payroll records accounting for the total time distribution of the contractors employees working full or part time on the work (to permit tracing to payrolls and related tax returns) as well as canceled checks or signed receipts for payroll payments in cash; invoices for purchases, receiving and issuing documents, and all other unit-inventory records for the contractors stores stock or capital items; and paid invoices and canceled checks for material purchased and for the subcontractors and any other third-parties charges. K. Faith Based Statement Chesapeake Public Schools does not discriminate against Faith-Based Organizations as that term is defined in VA. Code 2.2-4343.1(b) of the Virginia Public Procurement Act. L. Debarment and Prohibited Contracts In accordance with 2.2-4321 and 4321.1 of the Code of Virginia a prospective contractor may be debarred or prohibited from contracting for particular types of supplies, services, insurance, or construction for specific periods of time. The following sets forth the purpose, causes, procedures for debarring a prospective contractor, and the reinstatement of a contractor. 1. Purpose of debarment is to protect the school system from risks associated with awarding contracts to a contractor having exhibited an inability or unwillingness to fulfill contractual requirements and/or the unsatisfactory performance of a contract and to protect the interest and integrity of the procurement process. The seriousness of the contractors acts or omissions showing non-responsibility; the ability and willingness of the contractor to promptly correct them; any mitigating factors; and the public interest should be considered in making any debarment decision. Contractor meeting the above may be debarred for a period of (1) one year or (1) one bid period cycle whichever is longer. 2. Causes for debarment may include but are not limited to the following acts: i. Conviction of or civil judgment against the contractor or any of its principals or affiliates within the last five years for: a. Commission of fraud or a criminal offense in connection with (i) obtaining, (ii) attempting to obtain, or (iii) performing a public contract or subcontract. b. Violation of federal or state criminal statutes or civil antitrust, false claim or procurement laws. c. Commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, receiving stolen property or other offense involving moral turpitude. d. Commission of any other offense indicating a lack of business integrity or business honesty that seriously and directly affects the present responsibility of a government contractor or subcontractor. ii. Failure to have an effective business ethics and compliance training and reporting program in place for officers and employees. iii. Listing on the Excluded Parties List (EPLS) maintained by the General Services Administration: https://www.acquisition.gov iv. Subcontracting with a business concern, organization, entity, or person that has been debarred by any Agency or Department of the Commonwealth of Virginia or which is listed on the EPLS. v. Failure to collect and/or remit taxes may result in prohibition from contracting with the school system as set forth in 2.2-4321.1 3. Procedures governing the debarment decision making process are designed to be consistent with principles of fundamental fairness: i. The Director of Purchasing, shall notify the contractor by certified mail, return receipt requested, that debarment is being considered. This notice shall include: a. The reasons for the proposed debarment in terms sufficient to put the contractor on notice of the circumstances upon which it is based. b. The procedures the contractor may take to examine evidence of the proposed debarment. https://cpschools.com/purchasing/current-bids/ https://www.acquisition.gov/ 10 c. The contractor may submit to the Director of Purchasing, within 30 calendar days after receipt of notice, written information, and argument to the proposed debarment, including any additional specific information that raises a genuine dispute over a material fact. d. The contractor may also submit information and materials showing (i) that it had an effective business ethics and compliance training and reporting program in place for officers and employees; (ii) the steps it has taken to address the conduct giving rise to the proposed debarment including, but not limited to, disciplinary action, restitution, restructuring and additional internal controls and training; and (iii) its cooperation with government authorities and investigators. e. Prior to the issuance of a written determination of debarment, the Director of Purchasing shall (i) notify the contractor in writing of the results of the evaluation, (ii) disclose the factual support for the determination. The contractor shall have ten (10) business days for rebuttal. f. The Director of Purchasing shall issue its written determination of disqualification based on all information in the possession of Chesapeake Public Schools, including any rebuttal information, within ten (10) business days of the date the Director of Purchasing received such rebuttal information. g. Debarment shall commence upon notification. 4. Scope of Debarment. Debarment extends to all districts or other organizational elements of the contractor and to affiliates of the contractor unless otherwise specified. As used herein, affiliates includes business concerns, organizations, entities or persons sharing common (or with overlapping) management, ownership, facilities, equipment, employees and/or assets and includes family members having an identity of economic interest with a person that was debarred or proposed for debarment. Affiliates also includes businesses or entities organized following the debarment or proposed debarment of a contractor which has the same or similar management, ownership or principal employees as the contractor that was debarred or proposed for debarment. 5. Reinstatement of a contractor may occur if, it is determined that the action taken was arbitrary or capricious, or not in accordance with applicable state law or regulations. The sole relief shall be restoration of eligibility. A debarred contractor can apply for reinstatement after debarred for a period of (1) one year or (1) one bid period cycle whichever is longer. The request for reinstatement must be in writing to the Director of Purchasing citing actions taken to remedy the reason for debarment or prevent recurrence of the situation that caused the debarment action to be taken and otherwise indicating that lifting or suspension of the debarment would be in the best interest of Chesapeake Public Schools. The Director of Purchasing shall provide a written response to the debarred contractor within 30 calendar days either reinstating the contractor or denying the request with the reasons cited. The contractor shall have ten (10) business days to respond. The Director of Purchasing shall have ten (10) business days to respond to the contractors response. 6. The decision of the Director of Purchasing shall be final. M. Certificate of Compliance Effective July 1, 2006, amendments made to the Code of Virginia 22.1-296.1 require that prior to awarding a contract, the contractor and the contractors employees who may be in direct contact with students in the performance of the contract certify that both the contractor and the contractors employees have not been convicted of a felony or any offense involving the sexual molestation or physical or sexual abuse or rape of a child. This certificate shall be attached to the contract document, if applicable. N. Certificate of Compliance with Immigration Laws and Regulations The Federal Immigration Reform and Control Act makes it unlawful for a person or other entity to hire, recruit, or refer for a fee for employment in the United States, an alien, knowing the alien is unauthorized to work in the United States. Section 40.1-11.1 of the Code of Virginia makes it unlawful for any employer to knowingly employ an alien who cannot provide documents indicating that he or she is legally eligible for employment in the United States. These laws place an affirmative duty on employers to ensure that aliens have proof of eligibility for employment. In addition, Section 54-72.2 of the Chesapeake City Code requires that any person or entity doing business with the City of Chesapeake, including its boards and commissions, shall provide a sworn certification by the contractor or vendor of compliance with all federal immigration laws and regulations. Chesapeake Public Schools requires a completed Certificate of Compliance with Immigration Laws and Regulations for transactions that total more than $50,000. This certificate shall be attached to the contract document, if applicable. O. Termination 11 1. Termination for Cause: If the Vendor should breach the contract or fail to perform the services required by the contract, the Chesapeake Public Schools may terminate the contract for cause by giving 30 days written notice or may give the Vendor a stated period of tie within which to remedy its a breach of contract. If the Vendor shall fail to remedy the breach within the time allotted by the Chesapeake Public Schools, the contract may be terminated by the Chesapeake Public Schools at any time thereafter upon written notice to the Vendor or in the alternative, the Chesapeake Public Schools may give such extension of time to remedy the breach as the District determines to be in its best interest. Upon receipt of such a notice of termination, the Vendor must implement the agreed upon transition plan. The plan is to be executed as such time and to the extent specified in the notice of termination. The Chesapeake Public Schools and Citys forbearance by not terminating the contract for a breach of contract shall not constitute a waiver of the Chesapeake Public Schools and Citys Right to terminate not acquiescence in future act or omissions by the Vendor of a like nature. If the contract is terminated for cause, breach of contract or failure to perform, the Vendor may be subject to a claim by the Chesapeake Public Schools for costs and expenses incurred in securing a replacement Vendor to fulfill the obligations of the contract. Vendors judged to be non-responsive/in breach of contract will be removed from the bidders list for a minimum of one (1) year or one (1) bid cycle, whichever is longer if reinstatement to the bidders list is possible, Chesapeake Public Schools Purchasing Department in which the vendor demonstrates that the unsatisfactory condition/action has been corrected. 2. Termination for Convenience: The contract may be terminated by the Chesapeake Public Schools in whole or in part for the convenience of the Chesapeake Public Schools without a breach of contract by delivering to the Vendor a written notice of termination specifying the extent to which performance under the contract is terminated and the effective date of the termination. Such notification shall be with a minimum of 60 days notice. Upon receipt of such a notice of termination, the Vendor must implement the agreed upon transition plan. The plan is to be executed at such time and to the extent specified in the notice of termination. If the contract is terminated in whole or in part for the convenience of the Chesapeake Public Schools the Vendor shall be entitled to those fees earned for work done prior to the notice of termination and thereafter shall be entitled to any fees earned for work not terminated, but shall not be entitled to lost profits for the portions of the contract which were terminated. The Vendor will be compensated for the reasonable costs or expenses arising out of the termination for the convenience of the Chesapeake Public Schools for delivery to the Chesapeake Public Schools of all products of the services for which the Vendor has or will receive compensation. 3. Delivery of Materials: Any contract cancellation notice shall not relieve the Vendor of the obligation to deliver to the Chesapeake Public Schools all products of the services for which the Vendor has been or will be compensated. Unless otherwise agreed to in writing, the Vendor shall deliver the materials to the Chesapeake Public School within 30 days of the Notice of Termination of the Contract. Failure to do so may result in action for breach of contract, failure to perform, or specific performance of the contract. 4. Compensation Due the Vendor: Upon such termination, the Vendor shall be entitled to the compensation accrued to the date of termination. Payment of the balance of the accrued compensation shall be dependent on the Vendor providing the required project material to the Chesapeake Public Schools. Said fees which have been earned, shall be billed to the Chesapeake Public Schools in accordance with the normal billing process, but in no case later than 60 days after the last work is performed. Any termination by the Chesapeake Public Schools for default, found by a court of competent jurisdiction not to have been justified as a termination for default, shall be deemed a termination for the convenience of the Chesapeake Public Schools. The Vendor shall submit invoices for all such amounts in accordance with the normal billing process, but in no event later than 60 days after all services are performed. All amounts invoiced are subject to deductions for amounts previously paid. All payments due the Vendor under this contract are subject to appropriation by the Chesapeake Public Schools. 8/14/12 te 12 GENERAL CONDITIONS PURPOSE: Chesapeake Public Schools is seeking to establish a contract for the maintenance, and repair service for various types of custodial equipment for the Chesapeake Public Schools Department of Custodial Services. This contract will be for indefinite delivery/indefinite quantity. Any maintenance to be performed will be agreed upon. Parts provided under the scope of this contract will be Original Equipment Manufacturer (OEM). The equipment within the Department of Custodial Services is mainly comprised of various types and sizes of scrubbers/auto scrubbers (Nobles, Minuteman, Predator, Advance, Kent, Viper, Tornado, Convertama, Doodlescrub), burnishers (Tornado, Advance, Nobles, Pioneer, Charger, Tennant, Minuteman), low and high speed buffers (Kent, Viper, Tornado, Advance, Clark, Noble, SSS, Minutemen, General, Toro- Mati, NSS, Pullman Holt, Mercury, Windsor, Ponsel), carpet cleaners (Hoover, Bissell, Advance), various types of vacuums backpack (Minuteman, Sanitaire, Hoover), canisters (NSS), uprights (Advance, Eureka, Clean Max, Nobles, Sanitaire, Bissell, Koblenz, Tornado, Oreck, NSS), steam (Hoover), wet/dry (Pullman Holt, Power Elite, Advance, Nobles, Viper, Kent Tornado) hand held disinfectant sprayers (Victory), carpet extractors (Advance Armada, Power Elite), floor dryers (Advance, Pullman Holt, Power Elite), rest room cleaners (Kaivac). This contract will focus mainly on these types of equipment maintenance, parts, and repair. SCOPE / DESCRIPTION: To provide all labor, materials, equipment, parts, and incidentals necessary to Chesapeake Public Schools Department of Custodial Services for equipment, maintenance, repair and services in accordance with the enclosed conditions and specifications. PROJECT / PRODUCT LOCATION(S): Please see Attachment C for school and support building location information. CONTACT PERSON (S) PRE-AWARD: Any questions regarding the specifications or any other facet of this bid must be directed to Tina Eley, VCA, Buyer, via email at Tina.Eley@cpschools.com no later than five (5) days before the date of the bid opening. Any revisions to this bid will be made only by addendum issued by Chesapeake Public Schools Purchasing Department. Vendors are specifically directed NOT to contact any District personnel, other than specified personnel identified in this bid, for meetings, conferences, or technical discussions that are related to the bid. CONTACT PERSON (S) POST-AWARD: Sam Warren, Supervisor Department of Custodial Services (757) 547-2197 James Holmes, Coordinator Department of Custodial Services (757) 547-2197 SCHEDULE / COMMENCEMENT OF WORK: Purchase orders will be issued after the award of this bid, as necessary, during the contract period to request service. The contract established by the awarding of this bid will remain in effect from May 1, 2021 (established by School Board approval, Letter of Intent, Purchase Order, or Formal Written Contract, whichever occurs first) through April 30, 2022. Chesapeake Public Schools may, upon mutual agreement with the successful vendor(s), extend the contract period for an additional four (4) one (1) year periods. During the summer months each year, Chesapeake Public Schools may be operating on a summer schedule and will not be able to accept deliveries on Fridays during specific weeks. If this does occur during the summer months, vendor(s) will be notified once the dates have been agreed upon. mailto:Tina.Eley@cpschools.com 13 PRICE ESCALATION/DESCALATION: Price increases will not be authorized during the contract period. Any decrease in costs occurring during the contract period must be passed along to Chesapeake Public Schools. Failure to notify the District of such decreases is grounds for cancellation of the contract between Chesapeake Public Schools and the successful vendor. Price increases will be negotiated only at the time of agreement renewal. If a price increase is necessary, it must be mutually agreed upon and may not exceed the Consumer Price Index (CPI-U), as reported annually by the Bureau of Labor Statistics, or three (3) percent, whichever is less. DELIVERY INFORMATION: Prices quoted shall include all delivery costs and expenses incurred for inside delivery (defined as all transportation and labor necessary to deliver the required product(s) to and inside, at a designated area within the project location per attached list of schools Attachment C). Chesapeake Public Schools will not provide any personnel or equipment to aid in the unloading or installing of any product. Failure to make the necessary arrangements may result in refusal of the shipment. Such refusal shall not obligate Chesapeake Public Schools for any charges in excess of that stated in the bid. If for reasons beyond the control of the company, delivery cannot be made by the specified date, it is the vendors responsibility to indicate the reason for the delay and the expected delivery date in the Exception/Deviations from Specification and/or Conditions of Bid section of the bid. If the delay occurs after the award of this bid, the successful vendor must notify Tina Eley, in writing, of the reason for the delay and the new delivery date. Chesapeake Public Schools reserves the right to request that the vendor provide proof of the delay from the manufacturer. Otherwise, failure to complete the work required within the specified timeframe, may result in the successful vendors removal from our bidders list for poor or non-performance. QUANTITIES: Quantities indicated in the bid are not guarantees but are close estimates of the school districts requirement. However, Chesapeake Public Schools reserves the right, due to possible budget restrictions or changes in need, to increase or decrease the quantities, for any item listed, with no penalty or change in the bid price. SAMPLES: If requested, samples shall be provided at the vendors expense within five (5) days of the date of the original request. Samples submitted must be labeled as such and packaged with original labels identifying the product. Literature and bid specifications must accompany all samples. Samples not destroyed in testing or retained as a standard, will be returned to the vendor upon request. Unclaimed samples will be disposed of by Chesapeake Public Schools. Samples must be marked by the vendor with their name for easy identification. Please submit samples to the following address: Chesapeake Public Schools Department of Custodial Services Attention: Supervisor of Custodial Services 1021 Great Bridge Boulevard Chesapeake, VA 23320 If additional samples are requested for any item, the sample shall be provided by the due date specified at the time of the request or within five (5) business days of the date of request, if the due date is not specified. All samples shall be provided at the vendors expense. Failure to submit a requested sample shall be just cause for eliminating the vendor from further consideration for award for that specific item. Samples not destroyed in testing, or retained as a standard, will be returned to the vendor upon request. Unclaimed samples will be disposed of the Chesapeake Public Schools. 14 BROCHURE / SPECIFICATIONS: If bidding other than specified, the vendor must enclose descriptive cuts, brochures, and specifications on all items bid. The specifications should be representative of the items you intend to supply. They should describe, in detail, the products offered in your proposal. Failure to provide the required literature may disqualify your bid from being considered. BRAND NAME ACCEPTANCE: In order to maintain simplicity, the accompanying specifications may contain manufacturers names and / or catalog numbers. The use of these names or numbers is not intended to restrict bidding, or to bar the equal or superior products of other manufacturers. They are used, however, to convey to potential vendors a minimum standard and to establish the quality and design required for this project. Chesapeake Public Schools reserves the right to consider other manufacturers guidelines, standards, and manufacturing techniques in the bid evaluation. Where a particular brand / make / stock number is listed in bid specifications and forms, such reference has been made solely for the purpose of more clearly defining the general description of the product desired and the standard of minimum quality and construction acceptable. Products of other manufacturers of equal grade and quality and substantially similar in design, materials and workmanship may be submitted for consideration unless the term Brand Name Only is used in conjunction with the line item(s) in which case only that brand name will be accepted. The bidder must, however, clearly identify in his / her response the articles or products offered. The bidder should enter the brand and model of item being offered. COOPERATIVE AGREEMENT: This contract will serve as a Cooperative Agreement with the following entities named as potential participants in accordance with the Code of Virginia, Section 2.2-4304. City of Chesapeake, including Chesapeake Juvenile Services City of Hampton Hampton City Schools City of Isle of Wight Isle of Wight County Schools City of Newport News Newport News Public Schools City of Norfolk Norfolk Public Schools City of Portsmouth Portsmouth Public Schools City of Suffolk Suffolk Public Schools City of Virginia Beach Virginia Beach City Public Schools The successful vendor must deal directly with any participating entity concerning the placement of orders, issuance of purchase orders, contractual disputes, invoicing, and payment. Chesapeake Public Schools shall not be held responsible for any costs, damages, etc. incurred by any other participating entity. Each of these entities may enter a contract directly with the successful firm with all the terms and conditions as set forth in this bid. PRICING REQUIREMENTS: The unit price(s) indicated in your bid response shall include inside delivery of the required product. Prices shall remain firm for the term of the contract, unless otherwise stipulated in these General Conditions 15 BUY AMERICAN REQUIREMENT: To the extent possible, prices submitted shall be for items that are produced in the United States. NEW MANUFACTURE: The items bid must be new and the currently manufactured model of the best quality and highest-grade workmanship, carry the manufacturers standard warranty as a minimum, and be equal to the specifications stated herein. Unless stated otherwise, used, remanufactured, refurbished, or reconditioned products are unacceptable. INSURANCE CERTIFICATE / BONDING REQUIREMENTS: The successful vendor will be required to provide a valid Certificate of Insurance within ten (10) days of receipt of the intent to award letter, acceptable to Chesapeake Public Schools, and must meet the requirements set forth in the General Conditions of Bid contained herein. No work may commence until a certificate is provided. Chesapeake Public Schools must be listed as an additionally named insured party with respect to the scope of this bid. If applicable, the successful vendor will be required to provide all required bonds which are acceptable to Chesapeake Public Schools and must meet the requirements set forth in the General Conditions of Bid contained herein. REFERENCES: The successful vendor may be required to show evidence to substantiate the ability to perform and execute a contract of this type and magnitude. Since references may be used as criteria for evaluation of this bid, the vendor will be required to provide complete information as requested in the Vendors Response / Bid Proposal Form section of this bid. No less than three (3) references will be acceptable. Failure to provide this information, as requested, may result in the vendors offer being disqualified. CANCELLATION OF PROJECT / PRODUCT: Chesapeake Public Schools reserves the right to cancel all contracts let by this bid, at any time, for either poor or non-performance of the successful vendor. Additionally, the original vendor may be removed from the bid list. The vendor may be allowed to apply for reinstatement to the bid list after a period of one (1) year or one (1) bid cycle, whichever is longer. If reinstatement is possible, it can only occur after a meeting with a purchasing administrator in which the original vendor must demonstrate that the original unsatisfactory actions or conditions have been corrected. TERMS: Terms for prompt payment will be considered in the evaluation and award of this bid; however, any terms quoted for a period of less than 20 days will not be considered. INTENT OF AWARD: It is the intent of Chesapeake Public Schools to award this bid to one or more vendors unless otherwise stated. BASIS OF AWARD: The award shall be based upon the evaluation of all information submitted on the Vendors Response/Bid Proposal Form, and any subsequent information required or solicited that may be necessary in clarifying or understanding information provided by the vendor in their bid response and the criteria established. The District reserves the right to reject all bids in whole or in part, to waive any informality, and to delete items prior to making an award. CRITERIA FOR AWARD: It is the intent of Chesapeake Public Schools to award this bid to the lowest responsive and responsible vendor(s), meeting all specifications and agreeing to all conditions, based on the following criteria: A. Conformance to bid documents B. Price C. References 16 APPLICABLE LAWS AND COURTS: This contract shall be governed in all respects by the laws of the Commonwealth of Virginia and litigation with respect thereto shall be brought in General District or Circuit Court for the City of Chesapeake. The vendor shall comply with all applicable federal, state, and local laws, rules, and regulations, as well as School Board Policy. HOLD HARMLESS CLAUSE: The vendor shall, during the term of the contract including any warranty period, indemnity, defend, and hold harmless the Chesapeake Public Schools, it School Board members, officials, employees, agents, and representatives thereof, from all suits, actions, or claims of any kind, including attorneys fees, brought on account of any personal injuries, property damages, or violations of rights sustained by any person or property in consequence of any willful, reckless or negligent acts or omissions in performing or safeguarding contract work or by the vendor or its agents or employees, or from any claims or amounts arising from violation of any law, bylaw, ordinance, regulation, or decree. LATE BIDS: The vendors name and address should be marked clearly on the response. Late responses will not be considered. The official receipt of the response is based upon the date and time stamp in DemandStar. For the purposes of this response, the date and time stamp in DemandStar is the official time. Responses received prior to the time of the opening will be securely kept, unopened. It is recommended that vendors allow ample time to post their bid response in DemandStar to ensure the response is submitted/date and time stamped prior to the date and time established as the deadline. WEATHER CLOSING: In the event of inclement weather, resulting in the Chesapeake Public Schools business offices being closed on the date a Bid/RFP is due, the due date is rescheduled for the same time on the next business day that the District business offices are open. Note: Please monitor radio station WFOS-FM (88.7) operated by Chesapeake Public Schools, cable television WCPS COX-48, and Verizon Channel 43, Twitter@cpschoolsva, or the Chesapeake Public Schools website (www.cpschools.com) for accurate and timely information related to closures. FUNDING OUT CLAUSE: Failure of the School Board to fund or Council of the City of Chesapeake to appropriate funds in any year for payment in full of the payments required by this contract or any other provisions herein during the term of the contract shall terminate this contract and render it null and void, without any further liability on the part of the school system or the city of any kind whatsoever, except for its obligation to maintain the product described and to surrender possession of the same to the seller. This contract shall not constitute a debt of Chesapeake Public Schools or the City of Chesapeake, within the meaning of any limitations or indebtedness of the school system or the city, under the constitution or laws of the Commonwealth of Virginia, including the Charter of the City of Chesapeake. PRODUCT AVAILABILITY/SUBSTITUTION: Substitution of a product, brand, or manufacturer after the award of contract is expressly prohibited unless approved in writing by the Buyer. The Chesapeake Public Schools may, at its discretion, require the Vendor to provide a substitute item of equivalent or better quality subject to the approval of the Buyer, for a price no greater that the contract price, if the product for which the contract was awarded becomes unavailable to the vendor. ADDITIONAL INFORMATION: Chesapeake Public Schools reserves the right to ask any vendor to submit information missing from its proposal, to clarify its proposal, and to submit additional information which the Chesapeake Public Schools deems desirable. Further, Chesapeake Public Schools reserves the right to order items from State Contracts or other competitively negotiated contracts such as U.S. Communities contracts, if it is deemed in the best interest of the Chesapeake Public Schools. http://www.cpschools.com/ 17 IMMIGRATION REFORM AND CONTROL ACT OF 1986: By submitting their proposals, vendors certify that they do not and will not during the performance of this contract employ illegal alien workers or otherwise violate the provisions of the Federal Immigration Reform and Control Act of 1986. FORCE MAJURE: Vendor shall not be in breach of this contract as long as its default was due to causes beyond the reasonable control of and occurred without any fault or negligence on the part of both the vendor and its subcontractors. Such causes may include, but are not restricted to, acts of God or of the public enemy, acts of Chesapeake Public Schools in its sovereign capacity, fires, floods, hurricanes, epidemics, pandemics, strikes, or freight embargoes. The Vendor shall provide the District prompt written notice of the nature and extent of any such force majeure condition as soon as practicable in the event that any developments and mitigation effort with respect thereto. The Vendor must also provide a contingency plan for such events. 18 SPECIAL CONDITIONS The vendor shall: A. Be a custodial parts and repair dealer within a 40 mile radius of the Department of Custodial Services. B. Perform all repairs in accordance with the manufacturers specification C. Be responsible to provide all parts furnished under the contract and these parts shall be new and OEM brand named, if available. The vendor may substitute other manufacturers parts with prior approval from the Supervisor, of the Department of Custodial Services or designee. D. Repairs shall conform to the best practice known to the trade in, quality of materials, and workmanship. E. Accessories not specifically mentioned herein, but necessary to furnish a complete service, shall also be included. F. All service and repair labor shall be warrantied for a minimum of ninety (90) days. All parts shall be warrantied to the full extent of the manufacturers warranty. G. Estimates: 1. No work shall be performed without an estimate 2. Each estimate shall show the list price, the discount, and the extended discount total for parts. 3. Each estimate shall show the anticipated number of hours for labor and the appropriate labor rate. 4. In all cases, repairs shall only be authorized by, and compensated for, to the extent as specified in the written repair estimate provided to the Chesapeake Public Schools Department of Custodial Services by the vendor. 5. Estimates may be subsequently amended by the vendor as required for hidden repairs, but only with prior written approval by the Chesapeake Public Schools Department of Custodial Services. 6. When a service request is placed with the vendor, an initial diagnosis and estimate shall be made within forty-eight (48) hours of receipt of the service request. Repairs shall start within forty eight (48) hours after receipt of the approved order from the Chesapeake Public Schools Department of Custodial Services. 7. All repairs shall have the maximum manufacturers warranty and if an extended warranty is available if shall be offered in the estimate. H. Invoices: Invoices shall be detailed to show the list price, the discount, and the extended total for each part listed, as well as the total number of hours and labor rate. 19 I. Repairs: 1. Repair work shall not begin until a quote and/or estimate has been received, agreed upon, and approved by Chesapeake Public Schools following any diagnostics performed to determine the need for repair. 2. Repairs discovered by the vendor subsequent to completion of the estimate and were omitted for the estimate (hereafter hidden damages) shall be reported to the Department of Custodial Services to obtain written authorization to make such additional repairs. 3. Repair materials and parts shall be new unless alternative after-market or used parts were specifically approved by the Department of Custodial Services in writing. 4. All repair parts shall be OEM unless otherwise specifically allowed for by the estimate. Used parts are only permitted when authorized by the Chesapeake Public Schools Department of Custodial Services in writing. 5. Vendors hourly labor estimates for work required to make repairs shall be based upon and supported by standard reference publications generally recognized for use by the repair industry, such as Manufacturers Warranty Labor Time Standards 6. Out of service time due to repairs is important to the Chesapeake Public Schools Department of Custodial Services and the vendor shall agree to give priority to repair of the Chesapeake Public Schools equipment. When repairs are required, an estimated completion (date and time) shall be furnished with every estimate. 7. Assignment of the work to the vendor shall be evidenced by the vendors physical receipt of the purchase order. Upon the vendors request and documentation, the Chesapeake Public Schools may allow the vendor reasonable additional time to complete repairs for previously hidden damages or regional non-availability of repair parts. 8. The vendor shall be liable for security and safekeeping of Chesapeake Public Schools equipment when left in the care of the vendor for repair. 9. The vendor will provide daily progress update to the Chesapeake Public Schools Department of Custodial Services on repair status. 10. The vendor will be responsible for pick-up and delivery back to Chesapeake Public Schools locations for any re-work. J. Preventive maintenance schedule for custodial equipment will be arranged with vendor after award of the bid. K. All information requested on the Vendors Response/Bid Proposal Form must be completed. L. In case of a discrepancy between the specified brand and the item description the item description will govern. 20 M. Any deviations from the specifications must be set forth in the Exceptions/Deviations from Specifications and/or Conditions of Bid section of this document. N. All information requested on the Letter of Transmittal (to include acknowledgement of any and all addenda) and Vendors Response/Bid Proposal Form must be completed in order to constitute a valid bid offer. Failure to provide this information may disqualify your bid from consideration. O. If the successful vendor fails to either perform within the time specified or within a reasonable time or fails to perform satisfactorily in accordance with the specifications, Chesapeake Public Schools may take the appropriate action to satisfy the contract. Any cost incurred in excess of the contract amount may be back charged to the original vendor. Any cost incurred in excess of the contract amount may be back charged to the original vendor. Should the difference be less, the successful vendor shall have no claim to the difference Additionally the original vendor may be removed from the bidders list for one (1) year or one (1) bid cycle whichever is longer. P. At its sole discretion, Chesapeake Public Schools request that each vendor indicate a sales representative who will be the contact person in the event that a contract is executed as a result of the bid. Q. Any revision to the solicitation will be made only by addenda issued by the Chesapeake Public Schools Purchasing Department. The addenda will be published on DemandStar (www.demandstar.com) and the Districts website (https://cpschools.com/purchasing/current-bids/). Any oral responses are not official. Vendors are encouraged to check DemandStar or the Districts website daily up to forty- eight (48) hours prior to proposal closing to check and secure any addenda. Vendors not having access to the internet should contact the Districts Purchasing Department and request that any addenda issued be provided through U.S. mail, Receipt of addenda must be acknowledged on the Letter of Transmittal. R. Provide Hours of Operation: Most work will be scheduled during normal business hours, ideally 7:00 a.m. 3:30 p.m. In the event of a disaster or emergency, support may be required beyond Chesapeake Public Schools normal working hours. Overtime rate for after hours and holidays shall be at time and one half regular rates. Overtime work shall be used only when, due to the critical nature or need, such service cannot be delayed until the next normal working day. Overtime work shall be pre-approved by Chesapeake Public Schools. http://www.demandstar.com/ https://cpschools.com/purchasing/current-bids/ 21 VENDORS RESPONSE / BID PROPOSAL FORM HOURS OF OPERATION (include holiday closings): DAY HOURS Monday ____________a.m.- ___________p.m. Tuesday ____________a.m.- ___________p.m. Wednesday ____________a.m.- ___________p.m. Thursday ____________a.m.- ___________p.m. Friday ____________a.m.-___________p.m. Saturday ____________a.m.- ___________p.m. Sunday ____________a.m.- ___________p.m. List holiday closings: PRICING SCHEDULE: A. Labor rate for Repair Technician: $ _______________ per hour. B. Overtime labor rate for Repair Technician: $__________ per hour. C. Labor rate for Scheduled Preventative Maintenance: $____________ per hour. D. Trouble Shooting and/or Diagnostic charge: _____________ Name of publication used for determining labor rates and hours:_________________ 22 VENDORS RESPONSE / BID PROPOSAL FORM DELIVERY: Delivery of goods or performance of services shall be within the number of calendar days stated below After Receipt of Order (ARO) by the vendor. The District requires the vendor to deliver within a reasonable time ARO. If the vendor does not insert a stated delivery time in the blank below, the vendor will be deemed to offer delivery in accordance with the Districts desired delivery time as stated below: Standard repairs and / or maintenance should be diagnosed within Two (2) calendar days ARO. Services should commence within Two (2) calendar days ARO. Emergency Repairs shall be diagnosed and repairs completed within Four (4) calendar days ARO. BIDDERS ESTIAMTED REPAIR AND OR MAINTENANCE DIAGNOSIS TIME: _______ CALENDAR DAYS ARO. BIDDERS ESTIMATED SERVICE TIME: _____CALENDAR DAYS ARO. BIDDERS STATED EMERGENCY REPAIR INSPECTION TIME: _____ HOURS ARO. BIDDERS ESTIMTED EMERGENCY REPAIRS COMPLETION TIME: _____ CALENDAR DAYS ARO. I AGEE TO THE COOPERATIVE AGREEMENT ON PAGE 14. _____YES _____NO 23 VENDORS RESPONSE / BID PROPOSAL FORM II. Warranty Certification: Manufacturers warranty or a minimum ninety (90) day parts and labor warranty is required. State your proposed minimum warranty, and provide a sample of the warranty proposed: ______ IV. References: Please list, in the space provided, no less than three (3) references for which your company has provided similar services within the last five (5) years. Do not use Chesapeake Public Schools as a reference. Reference Contact Person Telephone Number Reference Name and Address Reference Name and Address Reference Name and Address Exceptions / Deviations from Specifications and / or Conditions of Bid: Please provide, in the space below, any and all exceptions or deviations to the specifications / conditions or any other section of this document the vendor feels is necessary. If this section is left blank, Chesapeake Public Schools will assume that the vendor, as signified by signature on the Letter of Transmittal, is bidding as specified and agrees to all conditions set forth in the bid document. This section should not be construed as an invitation to offer alternative product(s) other than those specified. The vendor should keep in mind that not all exceptions or deviations from the specifications or conditions, you may list below, will be acceptable to Chesapeake Public Schools. 24 CHESAPEAKE PUBLIC SCHOOLS Purchasing Department 312 Cedar Road Chesapeake, Virginia 23322 (757) 547-0265 (757) 547-0279 (Fax) LETTER OF TRANSMITTAL DELIVER TO: TO: Bid response must be submitted utilizing DemandStars E-Bidding platform. Bids submitted by any other method will not be accepted. FROM: __________________________________ (Name of Company) (Address) (City, State, and Zip Code) (Telephone Number) (Fax Number) (E-Mail Address) (Company Website) (FEI Number) (DUNS Number) BID NUMBER AND NAME: 60-2021 Custodial Equipment Maintenance, Parts, and Repair Services Our bid is submitted herewith pursuant to and in conformity with your Letter of Invitation to Bid, Conditions of Bid, and Specifications including any addendum as acknowledged. We propose and agree to furnish and deliver the items at the unit and per item price listed on the Specifications / Bid Form, and agree to fulfill the specified contracted services. DEBARMENT STATUS I hereby certify that the information supplied is correct and that neither the Provider nor any person(s) connected with the Provider as a principal or officer, to my knowledge, is now debarred or otherwise declared ineligible by any agency of the Federal, State, and / or Local Government, the Commonwealth of Virginia, or any locality in the State of Virginia, from contracting to provide the goods and / or services requested herein, nor is it an agent of any person or entity that is currently so debarred. Acknowledge receipt of Addendum #1 #2 #3 #4 #5 (Initial above for each addendum received) Cash Discount for Prompt Payment % 20 days SIGNED: (Signature in Long Hand) (Name and Position Typed) (Date) Failure to sign this Letter of Transmittal will result in the bid being declared non-responsive. Contractors, please note that due to the COVID-19 pandemic, your bid response must be submitted utilizing DemandStars E-Bidding platform. Bids submitted by any other method will not be accepted. During the pandemic, please disregard references to bid mailing instructions, submitting duplicate copies of the bid, and envelope / envelope template 25 ~ Vendors: Please complete and return this form with bid response. ~ Vendors Authorization to Transact Business in the Commonwealth To the extent the Vendor is organized as a stock or nonstock corporation, limited liability company, business trust, or limited partnership or registered as a registered limited liability partnership, such entity shall be authorized to transact business in the Commonwealth as a domestic or foreign business entity by the State Corporation Commission. Any such business entity shall not allow its existence to lapse or its certificate of authority or registration to transact business in the Commonwealth to be revoked or cancelled at any time during the term of this contract. The Owner may void any contract with a business entity if the business entity fails to remain in compliance with the provisions of Virginia Code Section 2.2-4311.2. Any bidder or offeror organized or authorized to transact business in the Commonwealth pursuant to Title 13.1 or Title 50 shall include in its bid 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. State Corporation Commission Identification No.: _ or Describe why the bidder or offeror is not required to be authorized by the State Corporation Commission: _ 26 CHESAPEAKE PUBLIC SCHOOLS Purchasing Department 312 Cedar Road Chesapeake, Virginia 23322 (757) 547-0265 (757) 547-0279 (Fax) Dear Contractor: Effective July 1, 2006, amendments made to the Code of Virginia 22.1-296.1 require that prior to awarding a contract, the contractor and the contractors employees who may be in direct contact with students in the performance of the contract certify that both the contractor and the contractors employees have not been convicted of a felony or any offense involving the sexual molestation or physical or sexual abuse or rape of a child. For the purpose of implementation the Chesapeake Public Schools defines direct contact with students as a contractor working at a school site between the hours of 6:00 a.m. and midnight during normal school days in lieu of a school facility such as the Warehouse or Transportation Department where students are not expected to be present. Enclosed please find a certification (Certificate of Compliance) that is required to be completed and submitted prior to awarding your contract and / or issuing your purchase order. This form must be updated every 12 months for the duration of the contract / agreement period. Should there be a change to the certification of your officers, or any individuals assisting in the performance of the contract between the 12-month periods, Chesapeake Public Schools must be notified immediately and an updated certification must also be provided to Chesapeake Public Schools within five (5) days of such change. Failure to complete all certifications accurately may result in the award of the contract / agreement being revoked without recourse against the Chesapeake Public Schools. Please feel free to contact the school / department, which is responsible for finalizing your agreement, with any questions you may have, or call the Purchasing Department at 547-0265. Sincerely, Chesapeake Public Schools Enclosure The Chesapeake Public School System is an equal opportunity school system. The School Board of the City of Chesapeake also adheres to the principles of equal opportunity in employment and, therefore, prohibits discrimination in terms and conditions of employment on the basis of race, sex, national origin, color, religion, or disability. Attachment A 27 Certificate of Compliance Code of Virginia 22.1-296.1 I, the undersigned certify that no individual holding an office in the company and / or corporation has been convicted of a felony or any offense involving the sexual molestation or physical or sexual abuse or rape of a child. List Officers and Titles (Please use full, legal names): Further, the following individuals will, on behalf of my firm, assist in the performance of this contract and they have not been convicted of a felony or crime as described above. Listing of individuals assisting in the performance of this contract (Please use full, legal names): Attach additional names to this form if the space is not adequate. I understand that should there be any change to this certification of officers, or individuals assisting in the performance of this contract, during any time of this contract, the Chesapeake Public Schools central office / school issuing this contract / PO will be notified immediately, and an updated certification will be provided to them within five (5) days of such change. ______________________________________________________________________ Company Print Name Title Signature Date Office Use Only Acknowledged by: Date: If Applicable: Project Name: 60-2021 Custodial Equipment Maintenance, Parts, and Repair Services__ PO # : _______ ___________ This form must be updated every 12 months for the duration of the contract / agreement period. 28 CHESAPEAKE PUBLIC SCHOOLS Purchasing Department 312 Cedar Road Chesapeake, Virginia 23322 (757) 547-0265 (757) 547-0279 (Fax) Dear Contractor: The Federal Immigration Reform and Control Act makes it unlawful for a person or other entity to hire, recruit, or refer for a fee for employment in the United States, an alien, knowing the alien is unauthorized to work in the United States. Section 40.1-11.1 of the Code of Virginia makes it unlawful for any employer to knowingly employ an alien who cannot provide documents indicating that he or she is legally eligible for employment in the United States. These laws place an affirmative duty on employers to ensure that aliens have proof of eligibility for employment. In addition, Section 54-72.2 of the Chesapeake City Code requires that any person or entity doing business with the City of Chesapeake, including its boards and commissions, shall provide a sworn certification by the contractor or vendor of compliance with all federal immigration laws and regulations. Enclosed please find the certification document (Certificate of Compliance with Immigration Laws and Regulations) that is required to be completed and submitted for all contracts with a total value of $50,000 or more. This certificate shall be attached to the contract document, if applicable. For instances, where a purchase order will serve as the contract, this certificate shall be completed and returned to Chesapeake Public Schools. The Contract / Purchase Order will not be issued prior to submittal of a completed Certificate of Compliance with Immigration Laws and Regulations. No performance may take place until the completed certificate is provided to the school / department responsible for finalizing your agreement. This form must be updated every 12 months for the duration of the contract / agreement period. Should there be a change to the certification between the 12-month periods, Chesapeake Public Schools must be notified immediately, and an updated certification must also be provided to Chesapeake Public Schools within five (5) days of such change. Failure to submit a certificate shall render the pending contract and / or purchase order void. Please feel free to contact the school / department responsible for finalizing your agreement with any questions you may have or call the Purchasing Department at 547-0265. Sincerely, Chesapeake Public Schools Enclosure The Chesapeake Public School System is an equal opportunity school system. The School Board of the City of Chesapeake also adheres to the principles of equal opportunity in employment and, therefore, prohibits discrimination in terms and conditions of employment on the basis of race, sex, national origin, color, religion, or disability. Rev 4/21/10 Attachment B 29 CHESAPEAKE PUBLIC SCHOOLS Certificate of Compliance With Immigration Laws and Regulations ***For Transactions That Total More Than $50,000*** Return this form to the school/department responsible for finalizing your agreement. ********************************************************************************************* VENDOR: FORM MUST BE NOTARIZED PRIOR TO SUBMISSION ********************************************************************************************* The Federal Immigration Reform and Control Act makes it unlawful for a person or other entity to hire, recruit, or refer for a fee for employment in the United States, an alien, knowing the alien is unauthorized to work in the United States. Section 40.1-11.1 of the Code of Virginia makes it unlawful for any employer to knowingly employ an alien who cannot provide documents indicating that he or she is legally eligible for employment in the United States. These laws place an affirmative duty on employers to ensure that aliens have proof of eligibility for employment. In addition, Section 54-72.2 of the Chesapeake City Code requires that any person or entity doing business with the City of Chesapeake, including its boards and commissions, shall provide a sworn certification by the contractor or vendor of compliance with all federal immigration laws and regulations. This certificate shall be attached to the contract document, if applicable. In any case where a purchase order will serve as the contract, this certificate shall be completed and returned to the Chesapeake Public Schools. The Contract / Purchase Order will not be issued prior to submittal of a completed Certificate of Compliance with Immigration Laws and Regulations. No performance may take place until the completed certificate is provided to the school / department responsible for finalizing your agreement. Failure to submit a certificate shall render the pending contract and / or purchase order void. Type or print legibly when completing this form. Legal Name of Contractor or Vendor (Note: This is your name as reported to the IRS. It should match your Social Security card or Federal Identification Number.) Type of Business Entity Check one (attach additional pages to this form if the space below is not adequate): Sole Proprietorshipprovide full name and address of owner Limited Partnershipprovide full name and address of all partners General Partnershipprovide full name and address of all partners Limited-Liability Corporationprovide full name and address of all managing members Corporationprovide full name and address of all officers Full Name Address City, State and Zip ( ) ( ) Business Telephone # Business Fax # 30 Doing Business As (If Applicable) (Note: This is the name that appears on your invoices but is not used as your reporting name.) Name and Title of Person Completing this Certificate Physical Business Address Number of Employees Are All Employees Eligible for Employment in the United States? Under penalty of perjury, I declare on behalf of the contractor/vendor listed above that to the best of my knowledge and based upon reasonable inquiry each and every one of the contractors employees is eligible for employment in the United States as required by the Federal Immigration Reform and Control Act of 1986 and Section 40.1-11.1 of the Code of Virginia. I further declare on behalf of the contractor / vendor that due care and diligence shall be used to ensure that all employees hired in the future will be eligible for employment in the United States and that I agree to remain in compliance throughout the duration of the contract. I affirm the information provided herein is true, correct, and complete. I also agree to permit the Chesapeake Public Schools to inspect records and documentation to ensure that all persons hired by the contractor / vendor are eligible for employment under the laws referenced in this certificate when deemed necessary by Chesapeake Public Schools. I agree that the contractor / vendor will fully cooperate in any such audit. Printed Name of Signatory: Signature: Date: For Office Use Only: PO #: Buyer: TE Bid/ RFP Project Name: Bid 60-2021 Custodial Equipment Maintenance, Parts, and Repair Services ________________________ DISTRICT LOCATIONS Attachment C Butts Road Intermediate School 1571 Mt. Pleasant Road/23322 482-4566/4417 (Grades: 3-5) Greenbrier Primary School 1551 Eden Way, South/23320 436-3428 (Grades: K-2) Butts Road Primary School 1000 Mt. Pleasant Road/23322 482-5820/5310 (Grades: K-2) Hickory Elementary School 109 Benefit Road/23322 421-7080 (Grades: K-5) Camelot Elementary School 2901 Guenevere Drive/23323 558-5347/48 (Grades: K-5) Marshall, Thurgood Elementary School 2706 Border Road/23324 494-7515/16 (Grades: K-5) Carver, G. W. Intermediate School 2601 Broad Street/23324 494-7505/06 (Grades: 3-5) Norfolk Highlands Primary School 1115 Myrtle Avenue/23325 578-7092/93 (Grades: K-3) Cedar Road Elementary School 1605 Cedar Road/23322 547-0166 (Grades: K-5) Portlock Primary School 1857 Varsity Drive/23324 494-7555/56 (Grades: K-2) Chittum, E. W. Elementary School 2008 Dock Landing Road/23321 465-6300/01 (Grades: K-5) Southeastern Elementary School 1853 Battlefield Blvd., South/23322 421-7676 (Grades: K-5) Crestwood Intermediate School 1240 Great Bridge Blvd/23320 494-7565/66 (Grades: 3-5) Southwestern Elementary School 4410 Airline Blvd/23321 465-6310/11 (Grades: K-5) Deep Creek Central Elementary School 2448 Shipyard Road/23323 558-5356/54 (Grades: K-5) Sparrow Road Intermediate School 1605 Sparrow Road/23325 578-7050/51 (Grades: 4-5) Deep Creek Elementary School 2809 Forehand Drive/23323 558-5333/35 (Grades: K-5) Treakle, G. A. Elementary School 2500 Gilmerton Road/23323 558-5361/62 (Grades: K-5) Georgetown Primary School 436 Providence Road/23325 578-7060/62 (Grades: K-3) Truitt Intermediate School 1100 Holly Avenue/23324 494-8014 (Grades: 3-5) Grassfield Elementary School 2248 Averill Drive/23323 558-8923 (Grades: K-5) Williams, B. M. Primary School 1100 Battlefield Blvd., North/23320 547-0238 (Grades: K-2) Great Bridge Intermediate School 253 West Hanbury Road/23322 482-4405 (Grades: 3-5) Wright, Rena B. Primary School 600 Park Avenue/23324 494-7585/86 (Grades: K-2) Great Bridge Primary School 408 Cedar Road/23322 547-1135/1060 (Grades: K-2) Western Branch Intermediate School 4013 Terry Drive/23321 638-7941/42 (Grades: 3-5) Greenbrier Intermediate School 1701 River Birch Run, North/23320 578-7080/81 (Grades: 3-5) Western Branch Primary School 4122 Terry Drive/23321 638-7951/55 (Grades: K-2) DISTRICT LOCATIONS Crestwood Middle School 1420 Great Bridge Boulevard/23320 494-7560/61 (Grades: 6-8) Deep Creek High School 2900 Margaret Booker Drive/23323 558-5302/03 (Grades: 9-12) Deep Creek Middle School 1955 Deal Drive/23323 558-5321/22 (Grades: 6-8) Grassfield High School 2007 Grizzly Trail/23323 558-4749 (Grades: 9-12) Great Bridge Middle School 441 Battlefield Boulevard, South/23322 482-5128/29 (Grades: 6-8) Great Bridge High School 301 West Hanbury Road/23322 482-5191/92 (Grades: 9-12) Greenbrier Middle School 1016 Greenbrier Parkway/23320 548-5309 (Grades: 6-8) Hickory High School 1996 Hawk Boulevard/23322 421-4295/7170 (Grades: 9-12) Hickory Middle School 1997 Hawk Boulevard/23322 421-0468 (Grades: 6-8) Indian River High School 1969 Braves Trail/23325 578-7000/01 (Grades: 9-12) Indian River Middle School 2300 Old Greenbrier Road/23325 (Grades: 6-8) 578-7030/31 (Main Building & Annex) Smith, Oscar High School 1994 Tiger Drive/23320 548-0696/0127 (Grades: 9-12) Jolliff Middle School 1021 Jolliff Road/23321 465-5246 (Grades: 6-8) Western Branch High School 1968 Bruin Place/23321 638-7900/01 (Grades: 9-12) Owens, Hugo A. Middle School 1997 Horseback Run/23323 558-5382/83 (Grades: 6-8) Chesapeake Center for Student Success 605 Providence Road/23325 578-7046 Smith, Oscar Middle School 2500 Rodgers Street/23324 494-7590/91 (Grades: 6-8) Chesapeake Career Center 1617 Cedar Road/23322 547-0134 Western Branch Middle School 4201 Hawksley Drive/23321 638-7920/21 (Grades: 6-8) Edwards-Wilson Center 2107 East Liberty Street/23324 494-7600 Educational Services Center 369 Battlefield Boulevard, South/23322 482-5635 Instructional Services Center 304 Cedar Road/23322 547-0153 School Administration Building 312 Cedar Road/23322 547-0153 School Nutrition Services 1021 Great Bridge Boulevard/23320 547-1470 School Plants 1021 Great Bridge Boulevard/23320 547-0139 Transportation Department 1021 Great Bridge Boulevard/23320 547-1617 Warehouse & Supply 1021 Great Bridge Boulevard/23320 547-2036 CPS Office Building 932 Professional Place/23320

312 Cedar Rd, Chesapeake, VA 23322, United StatesLocation

Address: 312 Cedar Rd, Chesapeake, VA 23322, United States

Country : United StatesState : Virginia

You may also like

Chimney Cleaning and Repair Services

Due: 13 May, 2024 (in 17 days)Agency: Housing Authority of the City of Danbury

Coffee Equipment Maintenance and Repair

Due: 31 Oct, 2024 (in 6 months)Agency: University Of Wisconsin

Repair & Maintenance Services - Food Service & Refrigeration Equipment

Due: 30 Jun, 2024 (in 2 months)Agency: State of Connecticut

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.