Tennis Court Maintenance

expired opportunity(Expired)
From: Greenville County Schools(School)
423-5

Basic Details

started - 29 Dec, 2022 (16 months ago)

Start Date

29 Dec, 2022 (16 months ago)
due - 16 Feb, 2023 (14 months ago)

Due Date

16 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
423-5

Identifier

423-5
Greenville County Schools

Customer / Agency

Greenville County 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 Procurement Department 2 Space Drive • Taylors, SC 29687-6072 • (864) 355-1279 • The School District of Greenville County January 12, 2023 Invitation for Bid (IFB) Project Reference: Tennis Court Maintenance (IFB) No: 423-5-2-16 Bid Due: February 16, 2023 at 10:00 A.M. EST The School District of Greenville County (SDGC) invites responsible firms to submit a SEALED BID to provide pricing for complete tennis court repair, resurfacing, and striping for high schools and some middle schools Districtwide. For more information, the Specifications section should be consulted and is included in this solicitation. This solicitation does not commit the District to award a contract, to pay any costs incurred in the preparation of the response to this solicitation or to procure any goods or services. Contract Term The contract term resulting from this solicitation will be for one (1) base year with the option to renew annually for each of four (4) additional one-year periods if agreed to by the
successful bidder(s) and the District. The total program is anticipated to be in effect for five (5) years. The award/contract shall not exceed five (5) calendar years in total. Definition of Terms The terms, “vendor”, “contractor”, “prime contractor”, “firm”, “offeror”, “proposer”, “responder”, “supplier” or “bidder” may be used interchangeably and refers to the entity offering a proposal. These terms are defined as including a legal business association of one (1) or more persons existing at the time of the bid submission. The terms “solicitation”, “Invitation for Bid”, “Bid”, “IFB”, “Request for Proposal”, “Proposal”, “RFP”, “Quotation”, “Quote” may be used interchangeably and refers to the solicitation. The terms "Agreement", “Award” and “Contract” means any transaction or contractual arrangement contemplated or created as a result of, arising out of, or relating to the solicitation and subsequent award. The term “Day” or “Days” refers to a calendar day, unless noted otherwise. The terms, “The School District of Greenville County”, “Greenville County Schools”, “Customer”, “Owner”, “District”, “SDGC”, “GCSD”, “GCS”, “Board of Trustees” and “Board” may be used interchangeably and refers to the entity issuing the solicitation, receiving and reviewing the bid/proposal and issuing an award. The term “Day” or “Days” refers to calendar days, unless noted otherwise. 2 Solicitation Schedule Pre-Bid Conference January 26, 2023 at 10:00 A.M. EST Inquiry Deadline: February 2, 2023 at 10:00 A.M. EST Bids Due and Public Opening: February 16, 2023 at 10:00 A.M. EST Inquiries Questions or comments regarding this solicitation document or the process shall be forwarded, in writing, to Ms. Tonya A. Stroud, Senior Buyer, and Ms. Valarie Southerlin, Buyer, 2 Space Drive, Taylors, South Carolina 29687. Email addresses are: tstroud@greenville.k12.sc.us and vsouther@greenville.k12.sc.us. Inquiries and comments shall be delivered to the Procurement Department no later than February 2, 2023, at 10:00 A.M. EST. Verbal questions/comments shall not be addressed at any time. After the Inquiry Deadline, the District will issue an addendum to address any questions or changes. Any addenda will be posted on the Procurement Department website. Questions and comments received after the Inquiry Deadline will not be addressed. NOTE: No other District personnel or representative of the District shall be contacted regarding this solicitation or the evaluation process. Vendors that attempt to contact other District personnel or representatives or obtain information in any way other than the authorized method, which is in writing to the Procurement Officer, shall have that firm’s bid rejected. After the Inquiry Deadline, the District will issue an addendum to address any questions or changes. The District will not respond to late inquiries. Project Documents The Project Specifications were developed and approved by staff of the Mainteance Department. The Project Specifications are included in this solicitation. The Project may be download from the SDGC Procurement Department website at: /www.greenville.k12.sc.us/Departments/main.asp?titleid=solicitations>. Pre-Bid Meeting and Job Site Visit The District will conduct a Pre-Bid Meeting on January 26, 202 at 10:00 A.M. EST, at the SDGC Procurement Department. Greenville, SC 29605. Attendance at the Pre-Bid Meeting is not required but is strongly suggested. Project Schedule The contractor will adhere to a strict project schedule, which stipulates work will begin pending an award and issuance of purchase order. The project will need to be coordinated with the Coordinator of Athletic Fields and Grounds, Tom Vaughan. The successful contractor may work evenings and weekends with at least a 48-hour notice and approval from the Project Manager for SDGC. After hours work must be coordinated for security guard assistance. Security guard cost will be handled by SDGC. Jobsite Visits Potential bidders may contact Mr. Tom Vaughan, Coordinator of Athletic Fields and Grounds, at (864) 355- 7260 or thvaughan@greenville.k12.sc.us to schedule an appointment for a jobsite visit. When visiting the school, potential bidders should first report to the school’s front office, provide both personal photo identification and business identification, and be escorted on a location tour by a designated District employee. mailto:tstroud@greenville.k12.sc.us https://www.greenville.k12.sc.us/Departments/main.asp?titleid=solicitations 3 The District will make no further arrangements for site visits. Note that a jobsite visit is an opportunity to review actual site conditions: a jobsite visit is not an opportunity to make verbal inquiries. Any bidder not adhering to the inquiry guidelines may cause their bid to be deemed Non-Responsive. District Calendar & Information Proposers can obtain more information on the District, its calendar and standards by entering the District’s website at www.greenville.k12.sc.us. Postponements A bid opening or a pre-bid conference shall be postponed if the District’s Procurement Department is closed for any of the following reasons: 1) Causes beyond the control of the District (e.g., fire, flood, weather conditions, etc.), or 2) Emergency or unanticipated events that interrupt normal District or Procurement operations. The postponed event (opening or conference) shall automatically be rescheduled to the next full and complete District business day after the published date. A District business day does not include a day starting after an announced opening delay or a closure. Vendors should consult the District’s INFOLine (864-355-3100) or local media regarding closures. Program Specifications All equipment and supplies shall be provided in accordance with all terms, conditions and specifications contained or referenced in this solicitation. For a complete detailed description of the program, the Bid Form, and Program Specifications should be consulted. The Program Specifications are included in this solicitation. Throughout the duration of this contract, contract specifications, terms and conditions shall not be modified in any manner without the express written permission of a District Procurement Officer. When applicable, brand name, model names/numbers or equivalency descriptions are intended to be descriptive, not restrictive, and are used to indicate the quality and characteristics of the product(s) along with quantities requested that will be satisfactory and acceptable to the District. Vendors shall include with the bid, supporting product data for the District’s use in determining the acceptability of the proposed product(s) or manufacturer(s). When requested, vendors who do not provide adequate supportive product/manufacturer data may be considered non-responsible and will not be considered for an award. The District reserves the exclusive right to determine if minor deviations from the listed specifications are acceptable to the District. The District retains the exclusive right to determine what constitutes a deviation. The District reserves the exclusive right to determine the relative performance and acceptability of a service and/or product(s) when compared to the solicitation specifications. Alternate Products The District has provided a descriptive standard for the products required. Requests for approval of alternate equipment, product, material or service shall be submitted to the undersigned Procurement Officer prior to the Inquiry Deadline. Sufficient documentation and proof or apparent equivalency shall be provided to the Procurement Officer in order for the District to make a determination of acceptability. The District is not required to ask for additional technical data; therefore, Vendors submitting such a request are advised to provide full technical information for the District’s consideration. The District reserves the exclusive right to determine the relative quality and acceptability of any proposed equipment, product, material or service when compared to the solicitation specifications. The District reserves the right to determine the acceptability of any proposed alternative service/product not requested in the invitation. http://www.greenville.k12.sc.us/ 4 The District is not required to accept any alternate product or provide an explanation as to why an alternate product was not accepted. The District reserves the right to determine if minor deviations from the listed specifications are acceptable. The District reserves the exclusive right to determine what constitutes a deviation. A deviation is defined as a change from the stated solicitation requirements that shall have little or no material effect upon the required equipment and/or service. Vendors shall furnish any other information the Vendor deems important for District review. The District is not required to accept any submitted, non-pertinent documentation. When applicable, the Vendor shall provide other information for any product/service that is bid. Pertinent information shall be provided with the bid so that the District may evaluate the bid properly. Vendor’s Proposed Agreement, Contract, Lease and Terms & Conditions The School District of Greenville County’s Procurement Code and Regulations govern and supersede any and all documents and policies, whether stated or implied. By submitting a solicitation response, the Vendor acknowledges that they have had the opportunity to inquire about the District’s Procurement Code, this solicitation and other pertinent policy. Should the Vendor require the District to sign any contract, any document and/or any agreement, the Vendor shall inquire in writing if the District would consider its proposed contract, document and/or agreement and shall provide such contract, document and/or agreement or other pertinent documents to the District’s undersigned Procurement Officer prior to the Inquiry Deadline which is noted in the solicitation. Submittal of any document(s) does not mean acceptance of the document(s) and the information contained therein, by the District or that a Vendor is considered by the District to be responsible, the bid responsive or the services/equipment/materials acceptable. The District shall not accept any proposed agreement, contract, lease, terms and conditions or any other contractual document which may be included with the bid or submitted separately, that has not been previously submitted prior to the Inquiry Deadline or is referenced to be enforceable in the future. The District shall not accept any terms and conditions which would be prejudicial to other Vendors and/or would materially change the solicitation. Software licensing agreements are included in this requirement. The District shall not accept, enter into or sign any proposed agreement(s), document(s), offer(s), contract(s), leases(s) and/or provision(s) that materially conflicts with the District’s General Terms and Conditions, the requirements of this solicitation or which are determined not to be in the best interest of the District. This solicitation and the District’s General Terms and Conditions shall govern and take precedence as the contract between the District and the awarded proposer. The terms of the agreement between the District and the successful Vendor shall comply with the requirements contained in this solicitation and the District’s General Terms and Conditions which are incorporated herein. Proposals or bids that include agreements, terms, conditions, contracts and/or contract provisions which conflict with the District’s General Terms and Conditions (attached) and/or which were not submitted prior to the Inquiry Deadline and/or were not approved by the District and/or conflict with the requirements of this solicitation, may be rejected by the District as non-responsive. The rights and authority to make such a determination is reserved solely to the Procurement Officers of the District’s Procurement Department. Interested Vendors that submit a bid or proposal that contradicts this solicitation and which is not in compliance with the requirements of this solicitation, including the District’s General Terms and Conditions, acknowledge 5 and understand that, by doing so, its proposal may be deemed non-responsive by the District. Potential Vendors that cannot agree to the above conditions should not expect to have a proposal considered for an award. Instruction for submittal of Bids Responses All bids must be in a sealed envelope and have clearly marked on the envelope: Sealed Bid Enclosed Project Reference: Tennis Court Maintenance IFB No. 423-5-2-16 Mail or hand-deliver the bid to: The School District of Greenville County 2 Space Drive Taylors, South Carolina 29687 Attn: Procurement Department By submitting a solicitation response, the Vendor acknowledges that it has had the opportunity to inquire about the District’s Procurement Code and Regulations, this solicitation and other pertinent District policy. If not submitting a bid, please submit a “NO BID” letter indicating the reason for not doing so. The submitted sealed bid must be signed by an authorized individual who may bind the Vendor to provide the service(s) and/or product(s) in accordance with the specifications contained in this IFB. The official time due time for a solicitation response is maintained according to the Time/Date Stamp located in the District’s Procurement Department. All solicitation responses shall be received in the District’s Procurement Department, 2 Space Drive, Taylors, South Carolina 29687, no later than the time specified in this solicitation. Solicitation responses shall be in the physical possession of a Procurement Department employee prior to the due time or the solicitation response shall be determined to be late once the due time has occurred. Faxed or emailed bids shall not be accepted. NOTE: Vendors who hand deliver the bid are responsible for physically handing the bid to a Procurement Department employee prior to the bid due time/date. Do not hold the bid until the recording meeting begins. Do not deliver the bid to any other location or individual. Responses that are in another District location, room, department or other area at the solicitation due time other than the Procurement Department shall not be accepted. If there is doubt as to the location of the Procurement Department, Vendors may contact the District for directions. The District is not responsible for the Vendor’s or its representative’s interpretation of any directions provided. The District is not responsible for traffic, parking availability, road closures, delivery services or weather conditions. Vendors may mail their bid, however the District assumes no responsibility for the delivery of any solicitation, addendum, solicitation response or any other correspondence by the U.S. Postal Service, a delivery service, electronic transmission, facsimile or any other method. NOTE: PROPOSALS / BIDS RECEIVED OR DATE STAMPED AFTER THE BID DUE/PUBLIC OPENING TIME SHALL NOT BE ACCEPTED OR CONSIDERED. 6 Bid Form Enclosed is the Bid Form to be used when submitting a bid. Only this Bid Form may be used. Do not change the Bid Form or insert a different unit of measure or unit of pricing. Prices stated on the Bid Form shall remain in effect for a minimum of ninety (90) calendar days from the due date. Pricing submitted shall be inclusive of all costs that the bidder expects the District to pay. Bidders must complete the Bid Form or insert the letters “N/A” if the bidder chooses not to submit a price. Failure to complete the form may cause the bidder to be determined non-responsive. The bid price(s) shall include all materials, labor, rental equipment, rental tools, and consumables necessary to provide and deliver the product(s). NOTE: Bidders that alter the Bid Form are qualifying the bid response and are subject to disqualification. Vendor’s Information A cover letter on the Vendor’s corporate stationery should include any information the Vendor determines to be important regarding the evaluation of the bid. Insurance Please include a copy of the bidder’s certificate of liability insurance and Workman’s Compensation with the sealed bid. Liquidated Damages None required. Bid Security None required. Performance and Payment Bonds None required. Subcontracting No portion of this contract shall be subleased, assigned, transferred, or conveyed without the expressed prior written approval from a SDGC Procurement Officer. Proposed subcontractors shall be identified in the bid. Bid Response Certification Interested Vendors are hereby notified that a “Bid Response Certification” statement is included within the solicitation Bid Form and that by signing the certification statement, with no alterations allowed, the Vendor agrees to be bound by the terms and conditions of the solicitation and by the District’s General Terms and Conditions included herein by reference. The Bid Response Certification statement that is included with this solicitation shall be signed and returned with the bid. Should a Vendor decide not to sign the Certification Statement, the reasons for the decision shall be noted on a separate page to be included within the sealed bid package. An interested Vendor that submits a bid that contradicts this solicitation and which is not in compliance with the requirements of this solicitation, including the District’s General Terms and Conditions, acknowledge and understand that, by doing so, its bid may be deemed nonresponsive by the District. 7 A Vendor who takes exceptions to any portion of this solicitation may be deemed “nonresponsible” and may not be eligible for an award. The rights and authority of such determination are reserved solely by the Procurement Officers of the District’s Procurement Department. Certification of Drug-Free Work Place Enclosed is the Certification of Drug-Free Work Place to be used when submitting a bid package. Only this form shall be used and it shall be completely filled out and returned within the sealed bid package. Evaluation of Bids Attendance at the public recording is not required in order to have a bid evaluated. All bids will be reviewed for the purpose of determining responsiveness. Any bid that does not meet the salient requirements of the IFB will be deemed non-responsive. To determine responsibility, all information provided by the Vendor concerning its availability to perform fully the contract requirements, including the integrity and reliability of the Vendor, will be reviewed. This project is on a critical timeline, and a vendor’s ability to provide the product within the specified period of time will be examined and included in the evaluation. The submission of a bid for review does not necessarily qualify the Vendor as being responsible or the bid as being responsive. Failure to provide specific information as requested for use in an evaluation will cause the bid to be disregarded. The bid responses will be evaluated based on the factors as detailed in this solicitation. The Vendor(s) deemed by the District as responsible and who offer(s) the most advantageous rate(s) may be awarded the contract if all other terms and conditions are acceptable to the District and if in the District’s best interest. Vendors must clearly mark the words “Confidential” or “Protected” next to each section of the bid that the Vendor considers to be proprietary or may contain confidential information. In no manner or situation will pricing be considered confidential. The District shall have the sole, exclusive right to determine whether such confidential notations are valid and subject to public release. The District may request written or oral clarifications of any offer received. However, the District may, at its sole discretion, refuse to accept in full or partially, the response or clarification given by any Vendor. Vendors are cautioned that the evaluators are not required to request a clarification of the bid; therefore, all offers should be complete and reflect the most favorable terms to the District. The District reserves the right to reject any and all offers when such rejection is deemed to be in the best interest of the District. It is understood and agreed that the bid is for the services and products specified or a District-approved equal. The District does not guarantee that the District will require any specified project or item. The District reserves the right to accept or reject, in part or in entirety, any or all bids or portions of bids submitted by any Vendor and to waive any informalities or technicalities so as to purchase in the best interest of the District. The District reserves the right to interpret the acceptability of the proposed services and supplies when meeting the intent for use as determined by the end user. The District reserves the right to negotiate with all responsible Vendors and to cancel in part or in entirety, this solicitation if it is in the best interest of the District. This solicitation does not commit the District to negotiate, hold discussions, award a contract, pay any costs incurred in the preparation of the response to this solicitation or to procure any services and/or supplies. 8 Award This is a Sealed Bid solicitation. The project will be awarded as one (1) total lot to the lowest pricing, responsible bidder whose responsive bid is in the best interest of the District and at the discretion of the District’s evaluators. The District may conduct discussions with responsible Vendors that submit bids for the purpose of clarification to assure a full understanding of the requirements of the IFB and the clarification of any bid. Any award shall encompass all of the requirements of the solicitation. The initial period of performance begins after issuance of a Purchase Order. After the contract is awarded, no additional costs will be considered. Hidden or undisclosed costs will not be accepted. The District cannot guarantee that any particular vendor will be selected or any business conducted as a result of this solicitation. The failure of a specific vendor to receive business, once an award has been made, shall not be grounds for contract controversy. The award statement will be posted in the Procurement Department, 2 Space Drive, Taylors, South Carolina. The award will also be posted on the Procurement Department website. The public may review this statement during regular office hours. Interested parties may call the Procurement Department at (864) 355-1279 to determine if an award has been posted. It is the responsibility of the Bidder to physically confirm such posting. Price Adjustment (Revised 10/06/2021) Any request for price increase must be submitted to the user location and the District’s Procurement Department by the vendor at least sixty (60) calendar days prior to any proposed contract extension, but not before ninety (90) calendar days to the requested renewal contract term. The price increase will only become effective if agreed to in writing by the District’s Procurement Department. The maximum increase shall not exceed three percent (3%) or the adjusted percent change from the previously reported period shown in the U.S. Department of Labor, Bureau of Labor Statistics, Southeast Consumer Price Index for All Urban Consumers (CPI-U), whichever is less at the time of renewal. IMPORTANT: Student and Staff Safety The successful Vendor shall be required to verify that criminal conviction inquiries/checks and pertinent criminal background inquiries/checks have been conducted on all of its employees and the subcontractors who may interact with staff and/or students during the performance of the awarded Scope of Work or who may have a need to enter District property related to the performance of the contract or who may have access to personal student or District personnel information. All inquiries and background checks must be conducted on a monthly basis or more frequently or as required by the District. Persons who are identified as a Sex Offender or violator as defined by the South Carolina Code of Laws (Ann. 2006), Article 7, Sections 23-3-400 to 23-3-500 or other statute or any other states’ statutes and persons who have been convicted of Violent Crimes as defined by the South Carolina Code of Laws, 1976, Section 16-1-60; are prohibited from entering any of The School District of Greenville County schools at any time, including all District grounds and all District facilities. Persons employed by or under the direction of the Vendor or any subcontractor who are under investigation or have been charged with crimes and/or convicted of crimes against children or crimes of a sexual or violent nature shall not be allowed on District property. While performing under this solicitation and subsequent award, a firm/individual/supplier who delivers material and/or a service to a District site at the direction of a Vendor and/or a subcontractor shall be considered under 9 the supervision of the Vendor and/or subcontractor and shall be in compliance with this requirement. Contractor’s and subcontractor’s employees are not to interact with students at any time. Vendor’s and subcontractor’s employees are not to be in areas where students are present or may be present without prior authorization from the school’s principal or designee. The District may in its sole discretion terminate any existing contract for the failure by the awarded Vendor, its subcontractors or any representative of the Vendor or subcontractor to observe this requirement or for any violation of this solicitation’s requirements. No penalty or other costs shall be levied against the District as a result of its decision to terminate the contract or award. In addition to the above obligations of the successful Vendor, all persons and contractor personnel having contact with students and/or any individual who enters onto District property may be subject to a national criminal background check at the discretion of the District prior to entry upon District property and the performance of any duties. All individuals entering District property shall be screened nationally for criminal sex offenses/Sex Offender status on automated equipment at each school or site. Alcoholic Beverages, Illicit Drugs, Smoking, and Weapons The successful Vendor shall not permit its personnel, representative or any subcontractor or other personnel to possess upon District property or within any vehicle transporting students and staff, any alcoholic beverages, illicit/non-prescribed drugs, tobacco products or weapons. Alcoholic beverages, illicit/non-prescribed drugs, tobacco products and weapons are not allowed on District property at any time. Any vendor related actions involving or the possession of, any of the aforementioned items while on District property may cause a cancellation of any award/agreement, at no cost to the District. Criminal charges may apply. Personnel who appear to be under the influence of any substance shall not be allowed to transport or come into contact with students or enter or remain on District property. Jurisdiction The District is not an agency of the state and is not governed by the South Carolina Consolidated Procurement Code and Regulations. The District is governed by its own Procurement Code and Regulations. Contract Termination for Cause The District reserves the right to terminate this solicitation or resulting agreement upon a thirty (30) day notice, when in the best interest of the District. Termination of any contract by the District for cause, non-performance, default or negligence on the part of the successful Vendor shall be a retained right. Termination costs levied against the District shall not apply and the thirty (30) calendar day termination notice requirement shall be waived. The default provisions shall apply when a contract is terminated for cause. The District reserves the right to terminate an award/contract when the health and safety of students and staff are threatened or for the awarded firm’s non-compliance with state law or the terms and conditions of the solicitation. The District reserves the right to terminate the continuation of any project, agreement, service or award resulting from this solicitation when funding has not been appropriated. The District does not anticipate canceling a project or an agreement; however, it shall reserve the right to act in the best interests of the District and its constituents. 10 Default In case of default by the Vendor, the District reserves the right to purchase any or all services / items in default in the open market, charging the Vendor with any additional costs. The Vendor that is determined to be in default shall not be considered a responsible Vendor until the assessed charge as been satisfied. Vendor’s Relationship with the District The successful Vendor shall be independent of the District. None of the Vendor’s employees shall be deemed for any purpose to be employees, agents, or servants of the District, but shall at all times serve as employees, agents, or servants of the Vendor for whom and at whose direction they shall act. No acts performed for or representations made, whether written or oral, by the Vendor to third parties shall bind the District. The Vendor shall be solely responsible for the withholding and payment of all federal, state, and local personal income, social security, unemployment, workers compensation, and other payroll taxes for its employees. The District shall have no liability of any sort for the Vendor’s employees. The successful Vendor shall be responsible for any loss or damage to property (in the sole opinion of the District) owned by the District and in the Vendor’s possession or control. No portion of this contract shall be subleased, assigned, transferred or conveyed without written approval from a Procurement Officer of the District prior to or after issuance of the Intent to Award. The District will NOT provide office space, utilities and operating expenses. This includes phone, copier, fax and postage expenses. Vendor Responsibility Responsibility of the Vendor shall be ascertained for a contract awarded by the District based upon full disclosure to the District concerning capacity to meet the terms of the contract and based upon a past record of performance for similar contracts. The failure of a proposer to supply information promptly to the District may be grounds for a determination of non-responsibility with respect to such proposer. Failure to provide requested information may result in rejection of a solicitation response and/or suspension and/or debarment of the proposer. The District shall be entitled to audit the books and records of a Vendor or any subcontractor under any negotiated contract or subcontract other than a firm fixed price contract to the extent that such books and records relate to the performance of such contract or subcontract. Such books and records shall be maintained by the Vendor for a period of three (3) years from the date of final payment under the prime contract and by the subcontractor for a period of three (3) years from the date of final payment under the subcontract, unless a shorter period is authorized in writing by a District Procurement official. Due care and diligence have been used in the preparation of the scope of work and/or the specifications and the information contained therein is believed to be substantially correct. However, the responsibility for determining the full extent of the exposure and the verification of all information presented herein shall rest solely upon the Vendor. The District will not be responsible for any errors or omissions in the Vendor’s response nor for the failure on the part of the Vendor to determine the full extent of the solicitation requirements and exposures. The Vendor may ask questions subject to the Inquiry Deadline and the previously stated inquiry instructions. The successful Vendor shall perform this project in compliance with all Federal and State requirements concerning fair employment of all employees and applicants. Bidding Vendors shall promote the employment of the disabled and disadvantaged and shall employ without regard or discrimination due to the reason of ethnic background, age, color, religion, gender, national origin or physical disability. Vendors should provide information regarding the use of minority subcontractors if applicable or if requested by the District. Assistance 11 to small, minority and disadvantaged firms and individuals is available in accordance with the District’s Minority Business Enterprise Utilization Plan, which is available by contacting the Procurement Officer. Use of District Name The awarded Vendor shall not use the name of the District in advertising or in seeking or joining into contracts with suppliers, customers or for any other manner. The Vendor shall make all of its contracts in its own name and the awarded Vendor shall be responsible for its financial obligations and contracts, not the District. Cooperative Purchasing (When applicable) The District’s Procurement Code and Regulations authorizes the use of cooperative purchasing practices with regard to other public procurement units. Accordingly, any South Carolina school district, state, city or county agency or other public procurement unit may participate in any resulting award if agreeable to the District, the successful Vendor and the other public procurement unit. No other public procurement unit is required to make use of this capability as participation is at the discretion of the other public procurement unit. This District is not bound by any other public entities’ solicitation, award or other contract. The District shall not guarantee the participation of another public procurement unit nor be responsible for any resulting business or non-business with any other entity. Purchase Orders, delivery arrangements, payments and any other type of contractual documentation or performance shall be the responsibility of the actual participating public procurement unit, not The School District of Greenville County. The successful Vendor shall hold harmless the District, its employees, Administration, Board of Trustees and its representatives for any loss or damage as the result of the action or inaction of another public procurement unit. Prepayment The District shall not approve or process any payment to the Vendor, its subcontractors or suppliers prior to project completion. Vendor requirements or requests for “up front”, partial payment or pre-payment shall not be authorized. Vendor that require such conditions in their bid and/or file invoices or payment requests after an award, but prior to performance completion, shall have their contract cancelled with no penalty levied against the District. Procurement Card and ACH Processing (If applicable) The District has the capability to pay the majority of vendor invoices with a District managed Procurement Card (P-Card) and/or an Automated Clearing House (ACH) processing method. The District reserves the right to request that the awarded vendor process invoice/payment transactions by use of the District P-Card or ACH processing method. Failure by the vendor to provide P-Card and/or ACH transaction processing capabilities shall not be grounds for rejection of a proposal nor shall it create a contract controversy. Any discounts offered by the vendor as the result of the District’s use of the P-Card or ACH processing should be noted in the solicitation response on a separate page entitled Procurement Card and ACH Processing Capability. Educational Technology Services Requirement The following requirement has been prepared by the District’s Education Technology Services (ETS) department and is enforceable when applicable: “For all COTS (commercial off-the-shelf applications), the Vendor shall submit security audit documentation which meets State and Federal law along with applicable regulatory standards including, but not limited to: the South Carolina Public Records Act, Family Educational Rights and Privacy Act (FERPA), Health Insurance Portability and Accountability Act (HIPAA), Pupil Privacy Rights Act (PPRA), Individuals with Disabilities 12 Education Act (IDEA), Gramm-Leach Bliley Act (GLBA), and Payment Card Industry Data Security Standard (PCI-DSS). Applications must also meet or exceed verifiable Greenville County School District security review and security application testing specifications, including, but not limited to: Open Web Application Security Project (OWASP), The Web Application Security Consortium (WASC), and United States Computer Emergency Readiness Team (US-CERT) National Vulnerability Database (NVD) as part of the Request for Proposal or Invitation for Bid submission." Iran Divestment Act – Certification (Dec 2015) (a) The Iran Divestment Act List is a list published by the Authority pursuant to Section 11-57-310 that identifies persons engaged in investment activities in Iran. Currently, the list is available at the following URL: http://procurement.sc.gov/PS/PS-iran-divestment.phtm (.) Section 11-57-310 requires the government to provide a person ninety days written notice before he is included on the list. The following representation, which is required by Section 11-57-330(A), is a material inducement for the State to award a contract to you. (b) By signing your Offer, you certify that, as of the date you sign, you are not on the then-current version of the Iran Divestment Act List. (c) You must notify the Procurement Officer immediately if, at any time before posting of a final statement of award, you are added to the Iran Divestment Act List. [07-7A072-1]. Iran Divestment Act – Ongoing Obligations (Jan 2015) (a) You must notify the procurement officer immediately if, at any time during the contract term, you are added to the Iran Divestment Act List. (b) Consistent with Section 11-57-330(B), you shall not contract with any person to perform a part of the Work, if, at the time you enter into the subcontract, that person is on the then- current version of the Iran Divestment Act List. [07-7A072-1] Bidder’s Rights Bidders may have the right to protest this solicitation or its subsequent award in accordance with Article XIV of the District’s Procurement Code. Should a protest period end on a day that the District is closed; the protestor may file by 5:00 P.M. the following full day that the District is open for business. South Carolina Illegal Immigration Reform Act By signing its bid or proposal, Contractor certifies that it will comply with the applicable requirements of Title 8, Chapter 14 of the South Carolina Code of Laws and agrees to provide to the District, upon request, any documentation required to establish either: (a) that Title 8, Chapter 14 is inapplicable both to Contractor and its subcontractors or sub-subcontractors; or (b) that Contractor and its subcontractors or sub-subcontractors are in compliance with Title 8, Chapter 14. Pursuant to Section 8-14-60, "A person who knowingly makes or files any false, fictitious, or fraudulent document, statement, or report pursuant to this chapter is guilty of a felony and upon conviction, must be fined within the discretion of the court or imprisoned for not more than five years or both." Contractor agrees to include in any contracts with its subcontractors language requiring its subcontractors to (a) comply with the applicable requirements of Title 8, Chapter 14, and (b) include in their contracts with the sub-subcontractors language requiring the sub-subcontractors to comply with the applicable requirements of Title 8, Chapter 14. (An overview is available at www.procurement.sc.gov). State and Federal Laws and Regulations (Revised 10/13/22) The School District of Greenville County requires adherence and itself adheres to all applicable State and Federal laws and regulations including “2 CFR, Subtitle A, Chapter II Subpart D, 200.322 Domestic Preferences for Procurements”. The successful vendor’s work, end product, and/or services shall meet all local, state and federal requirements. http://www.procurement.sc.gov/ 13 Permits, Licenses and Taxes The Vendor shall, at its own expense, prior to an award and prior to commencing services/operations on behalf of the District or under contract with the District, acquire all necessary permits, licenses and other approvals as required by law to provide the required services and/or actions in conjunction with a contract award with the District. It is recommended that Vendors contact the following to learn of any pertinent requirements or licenses: 1. The South Carolina Secretary of State’s office (www.scsos.com) 2. The South Carolina Department of Revenue 3. The City of Greenville Business License department (as applicable) 4. The County of Greenville The District shall not interpret the requirements of other public entities on behalf of the Vendor. Vendors shall remain in compliance with all applicable statutes and pertinent regulations throughout the term of performance. Should any permits or licenses be revoked or lapse during the period of performance, the undersigned Procurement Officer shall be notified immediately. The Vendor shall pay all excise taxes, retail taxes and other fees imposed. The Vendor assumes full responsibility for payment of all State and Federal taxes for unemployment, pensions or any Social Security legislation for all its employees and will further comply with all requirements that may be specified in regulations hereafter promulgated by the District’s administrative officials. Contractor Licensing Prior to the bid due date and time and throughout the program/project, the bidding firm, the Prime Contractor and any Subcontractors, shall be licensed in full accordance with the provisions of Section 40-11-10 through 40-11-340 of the Code of Laws of South Carolina, 1976, as amended. The firm and/or presenting agent must be duly licensed to do business in the State of South Carolina and Greenville County. The District recommends that Vendors contact the South Carolina Secretary of State office and the Greenville City business license office for more information. The District shall not interpret these requirements on behalf of the Vendor. The successful Vendor shall meet all Federal, state, and local statutes and other requirements prior to award of the project. Indemnity NOTE: The Vendor agrees to indemnify and hold harmless the District and the District’s members, officers, employees, representatives, servants and agents, from and against any and all liabilities, losses, damages, costs and expenses of any kind (including, without limitation, reasonable legal fees and expenses in connection with any investigative, administrative or judicial proceeding, whether or not designated a party thereto) which may be suffered by, incurred by or threatened against the District or any members, officers, employees, servants or agents of the District on account of or resulting from injury, or claim of injury, to person or property arising from the awarded proposer’s actions or omissions relating to this Agreement, or arising out of the proposer’s breach or failure to perform any term, covenant, condition or agreement herein provided to be performed by the proposer. The District shall not indemnify and/or hold harmless any proposing entity or its representatives as this action is not statutorily allowed by South Carolina law. http://www.scsos.com/ 14 Certification Regarding Debarment and other responsibility matters (Dec. 2021) (a) (1) By submitting an Offer, Vendor certifies, to the best of its knowledge and belief, that- (i) Vendor and/or any of its Principals- (A) Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any state or federal agency; (B) Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, state, or local) contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, or receiving stolen property; and (C) Are not presently indicted or civilly for, or otherwise criminally charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision. (ii) Vendor has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any public (Federal, state, or local) entity. (2) "Principals," for the purposes of this certification, means officers; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions). (b) Vendor shall provide immediate written notice to the Procurement Officer if, at any time prior to contract award, Vendors learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) If vendor is unable to certify the representations stated in paragraphs (a)(1), Vendor must submit a written explanation regarding its inability to make the certification. The certification will be considered in connection with a review of the Vendor’s responsibility. Failure of the Vendor to furnish additional information as requested by the Procurement Officer may render the Vendor non-responsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Vendor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Vendor knowingly or in bad faith rendered an erroneous certification, in addition to other remedies available to the State, the Procurement Officer may terminate the contract resulting from this solicitation for default. [02-2A035-1] 15 If not submitting a bid, please submit a “NO BID” letter indicating the reason for not doing so. The District appreciates each firm’s interest in this project. Valarie Southerlin Valarie Southerlin Buyer I Enclosures: Certification of Drug-Free Work Place Bid Response Certification Program Specifications / Scope Work Bid Form General Terms and Conditions 16 Page 1 of 2 The School District of Greenville County (District) Certification of a Drug-Free Workplace IFB # 423-5-2-16 This certification is required by the Drug-free Workplace Act, Section 44-107-10 et seq South Carolina Code of Laws (1976, as amended). The regulation requires signed Certification by Proposers/Contractors/Vendors prior to an award, that the entity shall maintain a drug-free workplace as required below and in accordance with South Carolina law. The signed Certification is a material and binding representation of fact upon which reliance shall be placed when determining the award of a contract. False representation or violation of the Certification requirements shall be grounds for suspension of payments, suspension and/or termination of any contract, or suspension and/or debarment regarding the right to submit bids or proposals to The School District of Greenville County. For purposes of this Certification, “Drug-free Workplace” is defined as set forth in Section 44-107-20(1), South Carolina Code of Laws (1976, as amended). The aforesaid Section defines a workplace to include any District site where work is performed to carry out the Contractor’s/ Vendor’s duties under an award/contract. The Contractor’s/Vendor’s employees shall be prohibited from engaging in the unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance in accordance with the requirements of the Drug-free Workplace Act. By signing this document, the Contractor/Vendor hereby certifies that it shall provide and maintain a drug- free workplace by: (1) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited on a District site or in the Contractor’s/Vendor’s workplace and specifying the actions that will be taken against employees for violation of the prohibition; (2) Establishing a drug-free awareness program to inform employees about: (a) The dangers of drug abuse in the workplace; (b) The Contractor’s/Vendor’s policy of maintaining a drug-free workplace; (c) Any available drug counseling, rehabilitation, and employee assistance programs; and (d) The penalties that may be imposed upon employees for drug violations; (3) Making it a requirement that each employee to be engaged in the performance of the contract be given a copy of the statement required by paragraph (1) above (4) Notifying the employee in the statement required by paragraph (1) that, as a condition of employment under the contract, the employee will: (a) Abide by the terms of the statement; and (b) Notify the employer of any criminal drug statue conviction for a violation occurring in the workplace no later than Five (5) calendar days after the conviction; (5) Notifying the District within Ten (10) calendar days after receiving notice under subparagraph (4) (b) from an employee or otherwise receiving actual notice of the conviction; 17 Page 2 of 2 The School District of Greenville County (District) Certification of a Drug-Free Workplace IFB # 423-5-2-16 (6) The Contractor/Vendor shall take one of the following actions, within Thirty (30) calendar days of receiving notice under subparagraph (4) (b) with respect to any employee who is convicted: (a) Taking appropriate personnel action against the employee, up to and including termination; and (b) Requiring the employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state or local health facility/service, law enforcement agency or other appropriate agency; (7) Making a good faith effort to continue to maintain a drug-free workplace through implementation of Paragraphs (1), (2), (3), (4), (5), and (6) above. *** Please return both page of this form. *** SDGC Solicitation/Contract Number: IFB No. 423-5-2-16 Project Name: Tennis Court Maintenance Contractor/Vendor Name: Address: Authorized Representative Name/Title: Signature: _______________ Date: Witness: Note: Prior to an award, this Certification Form is required to be submitted for all contracts for a stated or estimated value of $ 10,000 or more. 18 BID RESPONSE CERTIFICATION Invitation for Bid (IFB) No. 423-5-2-16 As an authorized representative of the Bidder, I hereby certify that the costs and services stated in this bid are accurate and binding for not less than ninety (90) calendar days from the solicitation due date. All costs and charges are accurate and complete as stated in the bid are inclusive of all costs the District is expected to pay. If an award is not made within ninety (90) calendar days, it shall be incumbent upon the Bidder to notify the District, in writing, if it does not want its bid further considered. Failure to notify the District shall mean that the bid remains valid until an award is made or the solicitation is cancelled. I further certify that the Bidder will deliver the service(s) and/or material(s) as required by the Invitation for Bid. No additional costs or payments to any entity, including the Bidder, shall be requested of the District due to any miscalculation, deficiency or other cause later discovered. The Terms and Conditions of the solicitation are accepted by the undersigned. I certify that the Bidder has availed itself of every opportunity to understand the Invitation for Bid, the District’s Procurement Code and Regulations and other pertinent District policy. By submission of a bid, I certify that the Bidder has read and understands all of the requirements and conditions of the solicitation and shall be bound by such without exception. Therefore, the undersigned respectfully submits the bid. _____________________________________________________________________________________ Firm Name _____________________________________________________________________________________ Mailing Address (Line 1) _____________________________________________________________________________________ Mailing Address (Line 2) _____________________________________________________________________________________ Email Address ________________________________________ / ____________________________________________ Telephone Number / Mobile Telephone Number ________________________________________ / ____________________________________________ Printed Name of Authorized Representative / Title of Authorized Representative _____________________________________________________________________________________ Signature of Authorized Representative ___________________________________________ Date 19 Program Specifications – Tennis Court Maintenance IFB# 423-5-2-16 High School Tennis Court Repair, Resurfacing, Color Coating, and Striping 1. PURPOSE: The intent and purpose of this Invitation for Bids is to establish a term contract to provide tennis court repair, resurfacing, and striping, for Greenville County High Schools. 2. SCOPE OF SERVICE A. WORK INCLUDED: The contractor shall provide all labor, materials, tools, equipment, supervision, and service required for the complete and satisfactory performance of requested work and services as specified. This work shall include, but not be limited to, asphalt replacement, asphalt and concrete crack repair, surface patching, resurfacing with liquid acrylic, use of other overlay systems, color coat applications, net, post, and center strap anchor replacement, on court trough drainage repair, and line painting, on all high school tennis courts on Greenville County Schools owned property. Work to be performed on an annual cost basis, and unit price basis as indicated. B. QUALITY OF WORKMANSHIP: All work shall be quality work performed according to the standards of the industry, and to the complete satisfaction of Greenville County Schools. All work performed shall comply with all State and Federal regulations with regards to human safety. Contractor shall strictly adhere to all applicable statues, laws, regulations, ordinances and guidelines, including, without limitation, those promulgated by EPA, OSHA, State of South Carolina, Greenville County, and City of Greenville authorities. If requested work could violate any of these, submit to the district representative. A written ruling/response will be obtained that the contractor shall follow. C. PERSONNEL QUALIFICATIONS: Personnel used for the performance of this work shall be properly trained and qualified for work of this type. The contractor is required to train their staff in all tennis court repair, resurfacing, painting, and construction procedures, prior to starting any work on the school jobsite. Greenville County Schools reserves the right to refuse to accept services from any personnel deemed by GCS to be unqualified, disorderly, or otherwise unable to perform assigned work. Contractor is solely responsible for performance and discipline of its employees. D. COMMUNICATION: Provide management level contact for district representatives to discuss concerns regarding services or performances. 1) Each crew or team shall have a foreman or lead. This person must be able to communicate with the school office staff, the school athletic director, and the district’s representative, verbally and in writing, in English. 2) Contractor is solely responsible for performance and discipline of its employees. 3) The Contractor shall inform the school’s front office staff of its presence and purpose for any and all visits. Before beginning work at any District site, the Contractor is required to enter the school building by way of the Main/Front Office and shall record the names of the service operators/technicians on the visitor sign-in log. Sign-in and Sign-out shall be done at each school upon entering and leaving District property. When requested, the contractor shall cooperate with any ongoing investigation involving economic loss or damage to any district or school personnel property. 4) Notify the district representative of any unsafe condition seen and noted, that is outside of the scope of this specification. 5) No later than five (5) working days prior to work being performed on site, the Contractor will contact the District Representative and provide notice of services. This notification will include the scheduled services, number of employees, starting time, and estimated time on site. 6) The contractor will schedule all work so that noise and equipment operations do not affect teaching of classes, use of outside play or athletic areas, and parking lots. 7) All requested site meetings during the contract period, will be at no cost to GCS. E. SAFETY: It is the Contractor’s responsibility to ensure that all employees and suppliers are trained in proper safety procedures for the type of work to be performed. 20 1) Contractor will direct his employees, and suppliers to notify the owner immediately if they observe any unsafe work practices or conditions. 2) Contractor shall provide his employees with state-of-the-art safety equipment necessary to the work in a safe manner. 3) Ensure that any records, personal equipment, or tools used in the performance of the work are not accessible to any person not associated with this contract. 4) Contractor shall strictly adhere to all applicable statues, laws, regulations, ordinances and guidelines, including, without limitation, those promulgated by EPA, OSHA, State of South Carolina, Greenville County, and City of Greenville authorities. The Contractor will be responsible for providing all notification signage with required information. 5) The Contractor shall take all precautions for safety of, and shall provide all protection to prevent damage, injury or loss to: a. Persons and Students b. Employees c. Other property at the site or adjacent thereto, such as windows, structures, paved areas, fencing, utilities and vehicles. 6) The Contractor shall give notices and comply with applicable laws, ordinances, rules, regulations and lawful orders of public authorities bearing on safety of persons or property for their protection from damage, injury or loss. 7) Contractor is responsible for providing proper signage, barricades, and other necessary devices to keep the site safe and protect the work being performed. 8) The Contractor shall promptly remedy damage and loss to property caused in whole or in part by the Contractor. This includes performing work with equipment when the ground is wet and causing ruts/unevenness to areas surrounding the tennis courts. 9) The District is not responsible if the Contractor leaves his vehicle or equipment on District property. The District is not responsible for any damages to the Contractor’s vehicle or equipment. 10) Leave all work areas in a clean and safe condition. Remove debris from District site on a daily basis and dispose at any approved disposal site. 11) Prior to the commencement of any work or during the work, GCS retains the right to inspect materials, plans, and work methods to ensure proper application. 12) Contractor shall submit to the District Representative and Athletic Director at each school location, MSDS forms for all material used in the care and maintenance for the GCS high school tennis courts. F. PROJECT COMPLETION / WARRANTY: At the completion of a project, the contractor shall contact the District Representative by cell phone or by email to inform him of project completion. A follow up meeting may take place on site. Contactor shall warranty products and workmanship for a period of two years minimum. Manufacture shall guarantee the material for two years from date of finished application against chalking, checking, cracking, fading, discoloration, or other adverse effects from ultra-violet rays, from weather moisture, or from weather temperatures. G. INSURANCE: Insurance required shall be written for not less than any limits of liability specified in the Contract documents (listed below) or required by laws of South Carolina, whichever is greater. 1) Workman’s Compensation Insurance – Statutory, required of all contractors regardless of number of employees. 2) Comprehensive General Liability shall include: Contractor’s liability, Owner’s and Contractor’s liability, and Contractual Liability, all having limits of not less than:  Bodily Injury $ 500,000 --- per occurrence $1,000,000 --- aggregate  Property Damage $ 500,000 --- per occurrence $ 500,000 --- aggregate 3) Comprehensive Automobile Liability shall include coverage for all owned, non-owned, and hired automotive equipment, all having limits of not less than:  Bodily Injury $ 500,000 --- per person $1,000,000 --- per occurrence 21  Property Damage $ 200,000 --- per occurrence 4) Comprehensive Excess (“umbrella”) coverage shall be provided in an amount of not less than $1,000,000. Important Note: Please include a copy of the bidder’s certificate of liability insurance and Workman’s Compensation in the sealed bid package. H. INVOICING: The Contractor shall provide the District with invoices within thirty (30) calendar days of work completion. Contractor shall note the District project location and service provided on each invoice. Contractor shall send all invoices in duplicate to the following address: The School District of Greenville County Coordinator of Athletic Fields & Grounds Attn: Tom Vaughan 2 Space Drive Taylors, South Carolina 29687 Or email invoice to the district representative thvaughan@greenville.k12.sc.us Invoices must be issued by the awarded bidder(s). The district representative will not be responsible for payment of invoices not billed after sixty (60) days of agreed invoice date. Any costs associated with a service older than sixty (60) days are not the responsibility of the location or the District. Important Note: Invoices shall detail each charge by line item clearly displaying the basis for all charges. The District does not pay from invoices with incomplete information or from statements. The District shall not honor any charges for minimum billings, mobilization charges, or travel/mileage charges. Any bid or solicitation response which requires a minimum billing per trip, or a minimum billing per school, or a minimum billing per repair will not be considered. Payment The District’s customary terms for payment of a problem-free invoice are net thirty (30) calendar days. 3. HIGH SCHOOL LOCATIONS AND NUMBER OF COURTS TO BE SERVICED A site visit is recommended for verifying court conditions, linear feet of cracks, and square footages. Beck MS- 4 COURTS- 901 Woodruff Rd, Greenville SC 29607 Berea HS – 4 COURTS - 201 Burdine Drive, Greenville 29617 Bryson MS- 3657 South Industrial Drive, Simpsonville, SC 29681 Blue Ridge HS – 5 COURTS - 2151 Fews Chapel Rd., Greer 29651 Carolina HS – 4 COURTS - 2725 Anderson Rd., Greenville 29611 Eastside HS – 6 COURTS - 1300 Brushy Creek Rd., Taylors 29687 Fountain Inn HS- 4 COURTS- 644 Quillen Avenue, Fountain Inn, SC 29644 Greenville HS – 5 COURTS - 1 Vardry St., Greenville 29601 Greer HS – 6 COURTS - 3000 East Gap Creek Dr., Greer 29651 Hillcrest HS– 4 COURTS - 3665 S. Industrial Dr., Simpsonville 29681 JL Mann HS – 6 COURTS - 160 Fairforest Way, Greenville 29607 Mauldin HS – 4 COURTS - 701 E. Butler Rd., Mauldin 29662 Phinnize J Fisher MS- 4 COURTS- 700 Millenium Blvd, Greenville, SC 29607 Travelers Rest HS – 4 COURTS - 301 North Main St., Travelers Rest 29690 Wade Hampton HS – 6 COURTS - Athletic Complex – 233 Pine Knoll Dr., Greenville 29609 Woodmont HS – 6 COURTS - 2831 West Georgia Road, Piedmont 29673  All courts are asphalt except the JL Mann and Fountain Inn HS locations which are post-tensioned concrete. J.L. Mann was constructed July 2017. Fountain Inn HS courts were constructed in 2020.  There are 87 tennis courts in total at all current district high schools. mailto:thvaughan@greenville.k12.sc.us 22 4. GENERAL TENNIS COURT SERVICES SPECIFICATIONS A. Summary 1) All Greenville County high schools and three middle school tennis courts, will be repaired to insure the playability, preserve the integrity of the asphalt base, extend the years of service, and improve their aesthetic appearance. 2) All tennis courts at all district high schools and three middle schools will have every cracks repaired. 3) Resurfacing and line striping is to be done on a three year rotation divided between the district’s high schools and three middle schools. Example: 6 schools/year 1, 6 schools/year 2, 6 schools/year 3, equals all 15 district high and 3 middle schools being resurfaced over a three year period. 4) Low areas on courts will be flooded to identify, and filled level with patch binder before applying acrylic resurfacer. 5) Tennis court color coating is to be standard green; lines are to be white, and painted to current layout. 6) Nets are to be removed before and during all repairs and resurfacing. Contractor is responsible for removal and reinstallation when work is complete. Contractor is to provide new nets at their own expense if they become lost, stolen, or damaged. 7) If any fencing is to be removed due to needed repair work, Contractor is responsible for removal and reinstallation to previous conditions. Contractor is responsible at own expense to replace any damaged or stolen fence. 8) Some courts may have settling of the asphalt resulting in a significant uneven low area and a deep and wide crack. Contractor is to repair these situations by either replacing the base material and asphalt, raising the area through known construction methods, or other means approved by the district representative. 9) A site visit is also recommended to locate water availability. Not all sites have a water source available in close proximity to the tennis courts if at all. Contractor is responsible for providing own water for any processes needed to complete the work contained within this bid. This may include but not limited to: cleaning of cracks, cleaning/surface prep of courts, flooding to identify low spots (“birdbaths”), mixing materials, or cleaning/preparing of equipment and tools. 10) There will be unit pricing for replacing nets, net posts, and center anchors. 11) There will be unit pricing for other tennis court industry overlay surfaces which may be needed to extend the use of current tennis court surfaces. 12) There will be unit pricing for repair and replacement of trough drains that are located between tennis courts at the Riverside HS location. 13) All materials to be used will be used in accordance with manufactures recommendations including weather conditions. 14) All work needs to be completed by August 15th, of each calendar year. B. Submittals 1) Submit manufacture’s product data for each intended product to be used in accordance with enclosed bid. This is to include all preparation and application instructions along with the type of material the product consists of. 2) Color sample of standard tennis court green and white line material to be used. 3) Manufacture’s certification that materials to be used meet the specified requirements and are suitable for intended application. 4) Project references where the submitted products have been used during a five year period. 5) Manufacturer’s warranty documentation for each product. 6) Quantities of each type of material to be used at each district high school location. (crack repair, resurfacing, and line paint, amounts and types per location) 7) See Contractor Qualifications 8) Others as contained in bid specifications. C. Contractor Qualifications 1) The contractor shall have and submit a listing of related tennis court construction, repair, and resurfacing work covering a minimum of five (5) years. 2) Contractor shall be approved by the manufacturer of the materials to be used. 3) Submit any tennis court industry professional memberships or certifications currently held. 4) List any subcontractors and their qualifications that are to be used. Subcontractors are under the liability and responsibilities contained within this bid, under the awarded contractor. D. Delivery, Handling, and Storage of Materials to be Used 1) Contractor is responsible for all logistics to receive and store materials at every location that work is to be performed. 23 2) Contractor is responsible for any damaged materials and is required to remedy all issues to insure that material to be used is in accordance with manufacture’s recommendations if compromised in any way. 3) Store and handle materials in accordance with manufacturer’s instructions. 4) Keep materials in manufacture’s original, unopened containers and packaging until application. 5) If any materials to be used are considered HAZARDOUS, the contractor is responsible for proper handling and disposal according to applicable regulations. The contractor is to notify the district representative if any material deemed as such is identified. 6) Contractor is responsible for any trash receptacles/dumpsters needed for disposal of any refuse or job created waste, along with removal from site after work has been performed, at own expense. E. Weather Conditions 1) Do not apply materials when surface and ambient temperatures are outside the temperature ranges specified by the product manufacture. Generally this is when temperatures are going to be below 70° F or below 60° F overnight. 2) Do not apply materials if rain is forecasted within 24 hours of application. 3) Do not apply materials within 2 hours after it has rained or on damp surfaces. 4) Contractor is responsible for any damage that may occur due to weather conditions, and is responsible to remedy and repair any issues or problems to make the repair work whole, according to manufactures recommendations and industry standards. 4. TENNIS COURT CRACK REPAIR SPECIFICATIONS A. Linear Feet of Cracks Per Location 1) Lengths of cracks were observed at the time of measurement and should not be used as a basis for bid proposal. A site visit is highly recommended. 2) Some cracks could be surface delamination and not structural. Some cracks were due to foreign matter present during installation rolling of asphalt surface. Other cracks were due to possible organic matter coming through the surface (mushrooms?). Berea HS – 4 COURTS – 3 feet Beck MS- 4 COURTS- 1366 feet- has never been resurfaced Bryson MS- 3 COURTS- 0 feet- resurfaced in 2022 Blue Ridge HS – 5 COURTS – 1046 feet Carolina HS– 4 COURTS – 95 feet Eastside HS – 6 COURTS – 295 feet Phinnize J Fisher MS- 4 COURTS- 847 feet- court has never been resurfaced Fountain Inn HS- 4 COURTS- 0 feet – Post-Tensioned concrete Greenville HS – 5 COURTS – 198 feet Greer HS – 6 COURTS – 450 feet Hillcrest HS – 4 COURTS – 2 feet- resurfaced in 2022 JL Mann HS – 6 COURTS – 0 feet- Post-Tensioned Concrete Mauldin HS – 4 COURTS – 212 feet Riverside HS – 6 COURTS – 1404 feet- Trough drain located between courts Southside HS – 6 COURTS – 0 feet- resurfaced in 2022 Travelers Rest HS – 4 COURTS – 241 feet Wade Hampton HS – 6 COURTS – 65 feet Woodmont HS – 6 COURTS – 837 feet B. Preparation and Application 1) Cracks are to be routed and thoroughly cleaned, to be made free of any dirt, debris, oil, grease, vegetation, loose materials, or any other contaminants that could adversely affect the structure and longevity of the repair. 2) Contractor is to verify that the crack is ready to receive repair material pursuant to previous/above statement 1). Beginning of installation means the acceptance that existing conditions are ready to receive repair. 3) Crack repair is to be made flush, smooth, and completely even with adjoining surface using the methods of, but not limited to, placement of material, tamping, grinding, or sanding. 24 4) Manufacture’s recommendations are to be followed. 5) Recommended material is to be an approved product per industry standards, pertaining to size and depth of crack. Contractor is to submit the amounts and types of materials to be used for crack repairs at each district high school location. These products will follow the warranty specifications stated in this bid, upon completion of work. 6) Cracks are to be repaired to full depth. 7) Some crack repairs may require areas to be spot resurfaced or colored to make aesthetically pleasing. A determination will be made by district representative upon contractor recommendation. 8) Nets are to be removed and then replaced after completion of work by the contractor. 9) Repairs are to be made following manufacture’s recommendations for weather conditions. 5. TENNIS COURT RESURFACING A. Court Surface Preparation 1) Nets are to be removed and then reinstalled after completion of work by the contractor. 2) Courts are to be thoroughly cleaned, to be made free of any dirt, debris, oil, grease, vegetation, loose materials, or any other contaminants that could adversely affect the patching and resurfacing material adhesion and performance. This includes that all cracks are to be repaired according to specifications. 3) Courts are to have delaminated surfaces and any other loose material, scraped off and removed. 4) Courts are to be power washed to help produce the clean suitable surface for the application of materials, as listed in line 2) above. 5) Contractor is to verify that the court is ready to receive surfacing according to the conditions listed above in 2). Beginning of installation means the acceptance that existing conditions are ready to receive patch binder and resurfacing. 6) High or low spots are to have a surface prepared that results in a smooth, and completely even surface across the entire plane of the court. B. Low Spot/Depression Patch Binder 1) Prior to resurfacing, courts are to be flooded or while pressure washing, identify all low spots/depressions (“birdbaths”), that need to be leveled with a product recommended for that application, on tennis court surfaces. This is to promote surface drainage of the court and to eliminate any future cracking, delamination, playability, or other industry identified issues associated with standing water on tennis court surfaces. 2) Patch binder to correct low spots/depressions (“birdbaths”), is to be an approved product per industry standards, pertaining to size and depth of low spots/depressions (“birdbaths”), following manufactures recommendations. 3) Patch binder is to be made flush, smooth, and completely even with adjoining surfaces. C. Application of Surfacing 1) Material is to be an approved sand filled acrylic resurfacing product, recommended for the intended tennis court application. 2) Two coats of acrylic resurfacing product is to be applied the first time courts are resurfaced. One coat will be required for subsequent resurfacings according to the three year rotation. 3) Resurfacing product shall be allowed to dry/cure thoroughly prior to application of second coat or eventual color coat. 4) Acrylic resurfacing product is to be applied according to industry standards and manufactures recommendations. 5) Resurfacing material shall be applied in such a manner as to eliminate any ridges, ripples, tool marks, or any other imperfections that would affect smoothness and playability. 6. TENNIS COURT COLOR COATING AND LINE PAINTING A. Court Surface Preparation 1) Courts are to be thoroughly cleaned, to be made free of any dirt, debris, oil, grease, vegetation, loose materials, or any other contaminants that could adversely affect the color coating and line painting material adhesion and performance. This preparation is to also follow the surface preparations contained in Section 5. Tennis Court Resurfacing. 25 2) Contractor is to verify that the court is ready to receive surfacing according to the conditions listed above in 1). Beginning of installation means the acceptance that existing conditions are ready to receive color coating and line painting. 3) Contractor is responsible for any damage that may occur to surface due to improperly securing the site, worker incompetence, or weather, and is responsible to remedy and repair any issues or problems to make the work whole, according to manufactures recommendations and industry standards. C. Color Coating 1) Color finish coat is to be a standard tennis court GREEN. This same color is to be used on every court maintained by the contractor at all locations. 2) Two applications of finish color coat are to be applied. This is to be done on every occurrence that work on the court during the three year rotation, is performed. 3) Color finish coat is to be a textured acrylic color seal, recommended for the intended tennis court application, in accordance with industry standards and manufactures recommendations. 4) Color coat product shall be allowed to dry/cure thoroughly prior to application of second coat. 5) Color coat material shall be applied in such a manner as to eliminate any ridges, ripples, tool marks, or any other imperfections that would affect smoothness and playability. 6) Contractor is to insure that newly coated surfaces will be protected from entry for any reason for at least 48 hours until surface has thoroughly dried/cured. D. Line Painting 1) Line color is to be WHITE. 2) Lines are to be textured to match adjacent playing surfaces. 3) All lines shall match the existing courts layout before applying resurfacing material. Contractor is responsible for noting the existing line layout before applying resurfacing material. 4) Lines are to be two (2) inches wide and baselines not to exceed four (4) inches wide. 5) Lines are to be primed before application of white line paint. 6) Two (2) coats of white line paint are to be applied. 7) Line paint shall be allowed to dry/cure thoroughly prior to application of second coat. 8) Overspray, irregular lines, or lines without a crisp border, will not be acceptable. 9) The line primer and two line paint applications are to be applied according to industry standards and manufactures recommendations. 7. NET AND POST REPLACEMENT A. Nets 1) Tennis court nets are to be Nylon. 2) Nets are to be black in color. 3) Nets are to match size of existing nets in place. 4) District representative will make determination of net replacement upon recommendation from contractor. 5) Net is to be warrantied for a minimum of five (5) years. B. Post and Center Anchor 1) Post will be round. 2) Post will be black in color. 3) Post are to match size of existing posts. 4) Post should have internal winding mechanisms. 5) Post should be constructed of a material that does not lend itself to rust. 6) Post are to be placed in aluminum sleeves set into a concrete foundation. This is for posts that have not been installed in this manner. 7) District representative will make determination of post and or center anchor replacement upon recommendation from contractor. 8) Center net anchor shall be made of heavy-duty galvanized steel with a non-rust anchor bolt. 26 9) Any replacement that requires removal of concrete or any other method that incurs damage to the court surface will be the responsibility of the contractor to restore surface to previous condition. Anything less will be unacceptable. It is the contractors’ responsibility to note current surrounding court conditions, prior to any work being performed. 8. TENNIS COURT OVERLAY SYSTEMS A. Types of Systems 1) Synthetic turf 2) Fabric overlay with infill 3) Synthetic cushioned hard court B. Recommendation 1) Contractor can provide unit pricing for possible future use of listed overlay system. 2) Contractor is to provide all manufactures data information for overlay system to include process of installation, maintenance, materials, and life expectancy. 3) The school district will evaluate the recommendations and make a determination of possible use. 4) This will be used to extend the longevity of an existing asphalt base. 9. TROUGH DRAINS A. Maintenance and Replacement 1) Trough drains are currently in place between each tennis court at Riverside High School. 2) During any performance of work to the tennis courts at this location, the drains are to be cleaned and free of debris by the contractor. 3) Any replacement that is needed will be determined by the district representative upon the recommendation of the contractor. 4) Trough drain replacement shall be the same as what currently exists. 5) Any replacement that incurs damage to the court surface will be the responsibility of the contractor to restore surface to previous condition. Anything less will be unacceptable. It is the contractor’s responsibility to note current surrounding court conditions, prior to any work being performed. 10. SCHEDULE OF WORK TO BE PERFORMED DURING AWARDED SOLICITATION A. High School Tennis Court Three(3) Year Rotation 1) Year 1 – Blue Ridge, Greer, Mauldin, Riverside, Woodmont, Phinnize J Fisher MS. 2) Year 2 - Berea, Carolina, Eastside, Greenville, Travelers Rest, Beck MS 3) Year 3 – Hillcrest, JL Mann, Southside, Fountain Inn, Wade Hampton, Bryson MS 4) Rotation will start over from Year 1 and repeat. A location may be changed by district representative due to unforeseen circumstance related to material, use, or other damage to the courts requiring attention at an earlier year than stated. 5) For the first three (3) year rotation, two (2) coats of specified acrylic resurfacer will be used at every location and then one (1) coat for every year thereafter, unless otherwise requested by the district representative. 6) All work needs to be completed by July 15th, of each calendar year starting 2023. B. Net, Post, Center Strap and Anchor, Overlay Systems 1) As determined by district representative if needed. End of Program Specifications 27 Bid Form – Page One (1) IFB # 423-5-2-16 Tennis Court Maintenance Acknowledge all addenda: Addendum Nos. _____________________ Provide pricing below for performing the entire Scope of Work required in the Solicitation, i.e. Program for Repair, Resurfacing, and Restriping. Pricing per site shall be provided. Bidders must respond to all site requirements. Line # Year One (1) District Locations Base Bid Pricing 1. Blue Ridge High School $ site/ year 2. Greer High School $ site/ year 3. Mauldin High School $ site/ year 4. Riverside High School $ site/ year 5. Woodmont High School $ site/ year 6. Phinnize J Fisher Middle School $ site/ year Line # Year Two (2) District Locations Base Bid Pricing 7. Berea High School $ site/ year 8. Carolina High School $ site/ year 9. Eastside High School $ site/ year 10. Greenville High School $ site/ year 11. Travelers Rest High School $ site/ year 12. Beck Middle School $ site/ year Authorized Signature ______________________________ Date_______________ Firm Name _________________________________________________________ 28 Bid Form – Page Two (2) IFB # 423-5-2-16 Tennis Court Maintenance Line # Year Three (3) District Locations Base Bid Pricing 13. Hillcrest High School $ site/ year 14. J.L. Mann High School $ site/ year 15. Southside High School $ site/ year 16. Fountain Inn High School $ site/ year 17. Wade Hampton High School $ site/ year 18. Bryson Middle School $ site/ year Base Bid Total $____________________ (Base Bid Total = Sum Total of Line No’s 1-18) Authorized Signature ______________________________ Date_______________ Firm Name _________________________________________________________ 29 Bid Form – Page Three (3) IFB # 423-5-2-16 Tennis Court Maintenance UNIT PRICES The undersigned proposes the following unit price(s) for additions to the Contract Agreement. The Owner reserves the right to include, or not include, the following unit prices (either individually or as a whole) in the AGREEMENT. Unit prices shall include all costs for materials, labor, tools, equipment, temporary works/protection, cutting and waste, removal of packaging and surplus materials, fees, taxes, insurance, bonding, overhead, profit, etc. Description of Work Unit Pricing 1. Net Replacement $ ___________/Court 2. Post Replacement $ ___________/Court 3. Center Anchor and Strap Replacement $ ___________/Court 4. Tennis Court Trough Drains(Riverside High) $ ___________/Linear Foot 5. Tennis Court Overlay Systems – Price to include all Courts at each location $________________________/Berea High School $________________________/Blue Ridge High School $________________________/Carolina High School $________________________/Eastside High School $________________________/Fountain Inn High School $________________________/Greenville High Academy $________________________/Greer High School $________________________/Hillcrest High School $________________________/J.L. Mann High Academy $________________________/Mauldin High School $________________________/Riverside High School $________________________/Southside High School $________________________/Travelers Rest High School $________________________/Wade Hampton High School $________________________/Woodmont High School $________________________/Beck Middle School $________________________/Bryson Middle School $________________________/Phinnize J. Fisher Middle School Authorized Signature ______________________________ Date_______________ Firm Name _________________________________________________________ 30 Bid Form – Page Four (4) IFB # 423-5-2-16 Tennis Court Maintenance __________________________________________________________________________________ UNIT PRICES (Continued) The undersigned proposes the following unit price(s) for additions to the Contract Agreement. The Owner reserves the right to include, or not include, the following unit prices (either individually or as a whole) in the AGREEMENT. Unit prices shall include all costs for materials, labor, tools, equipment, temporary works/protection, cutting and waste, removal of packaging and surplus materials, fees, taxes, insurance, bonding, overhead, profit, etc. Description of Work Unit Pricing 6. Crack Repair, Resurfacing, Color Coating, $ ___________ for 4 Courts Line painting, for Additional School $ ___________ for 6 Courts Authorized Signature ______________________________ Date_______________ Firm Name _________________________________________________________ 31 Attachment “A” Tennis Court Maintenance / IFB No. 423-5-2-16 For Informational Purposes Only Bidder shall complete and sign Attachment “A”. Bidder shall include Attachment “A” in the sealed bid envelope. Firm Name: ______________________________________________ Authorized Signature: ______________________________________________ Date: ______________________________________________ Does your firm plan to subcontract out any portion of this work? Yes______ No________ If you answered in the affirmative (yes), please describe below the portion of the work that this firm proposes to subcontract: ____________________________________________________________________________________ ____________________________________________________________________________________ Describe the primary line of work engaged in by this firm: _____________________________________________________________________________________ _____________________________________________________________________________________ What percentage of this firm’s current business is Tennis Court Construction and/or Maintenance? _________________Percentage How many employees are currently employed at this location? _________________Employees How many years has this firm maintained the business location noted above? _________________Years How many years has the firm been in business providing this type of service? _________________Years 32 Attachment “A” - Continued Tennis Court Maintenance / IFB No. 423-5-2-16 For Informational Purposes Only _______________________________________________________________________ References: Detail a minimum of three (3) current or recent accounts, either commercial or governmental, that your company is servicing or has serviced. Include the length of service, name, address, and current telephone number of the point of contact. References in the state of SC will be given preference. A. Company:__________________________ Contact:________________________________ Phone (___)_________________________ Email:_________________________________ Project:_____________________________________________________________________ Dates of Service:______________________$ Value_________________________________ B. Company:__________________________ Contact:________________________________ Phone (___)________________________ Email:__________________________________ Project:_____________________________________________________________________ Dates of Service:______________________$ Value_________________________________ C. Company:__________________________ Contact:________________________________ Phone (___)________________________ Email:__________________________________ Project:_____________________________________________________________________ Dates of Service:______________________$ Value_________________________________ D. Company:__________________________ Contact:________________________________ Phone (___)________________________ Email:__________________________________ Project:_____________________________________________________________________ Dates of Service:______________________$ Value_________________________________ E. Company:__________________________ Contact:________________________________ Phone (___)________________________ Email:__________________________________ Project:_____________________________________________________________________ Dates of Service:______________________$ Value_________________________________ ______________________________________________________________________________________ I certify the accuracy of the above information Authorized Signature ______________________________ Date_______________ Firm Name _________________________________________________________ 33 GENERAL TERMS AND CONDITIONS While effort has been made to separate substantive and procedural matters through the division of a solicitation or agreement into various parts, the distinctions between such categories are not always exact. Consequently, offerors are advised that all contents of a solicitation or agreement will constitute the substantive terms and conditions of the relationship, if any occurs, between the offeror and the District in accordance with this document. DEFINITIONS The terms, “vendor”, “contractor”, “prime contractor”, “contractor”, “firm”, “offeror”, “proposer”, “responder”, “supplier”, “entity” or “bidder” may be used interchangeably and refers to the entity offering a bid/proposal. These terms are defined as including a legal business association of one (1) or more persons existing at the time of the bid/proposal submission. The terms “solicitation”, “Invitation for Bid”, “Bid”, “Request for Proposal”, “Proposal”, “Quotation”, “Quote” may be used interchangeably and refers to the solicitation. The term "Agreement" means any transaction or contractual arrangement contemplated or created as a result of, arising out of, or relating to the solicitation and subsequent award. The terms, “The School District of Greenville County”, “Greenville County Schools”, “Customer”, “Owner”, “District”, “SDGC”, “GCSD”, “GCS”, “Board of Trustees” and “Board” may be used interchangeably and refers to the entity issuing the solicitation, receiving and reviewing the proposals and issuing an award. The term “Day” or “Days” refers to calendar days, unless noted otherwise. GOVERNING LAW The contractor or offeror shall comply with the laws of the State of South Carolina which require that it be authorized and/or licensed to bid and/or conduct business in said State. By signing an Agreement or by offering a bid or proposal or agreement, contractor agrees to subject itself to the jurisdiction and process of the District’s Procurement Code and Regulations, the courts of the State of South Carolina or federal courts as to all matters and disputes arising or may arise under and in regard to the solicitation, Agreement and the performance thereof, including any questions as to the liability for taxes, licenses or fees levied by the State. The solicitation and/or Agreement and any dispute, claim or controversy relating to the solicitation and/or Agreement shall, in all respects, be interpreted, construed, enforced and governed by and in accordance with the Procurement Code and Regulations of The School District of Greenville County and the laws of the State of South Carolina. All disputes, claims or controversies relating to the Agreement shall be resolved exclusively by the District’s Chief Procurement Officer or Purchasing Agent/Procurement Director in accordance with Article XIV of The School District of Greenville County’s Procurement Code or in the absence of jurisdiction, the Court of Common Pleas for, or a federal court located in, Greenville County, State of South Carolina. Contractor or offeror agrees that any act by the District regarding the solicitation and/or Agreement is not a waiver of either the District’s sovereign immunity or the District’s immunity under the Eleventh Amendment of the United States’ Constitution. As used in this paragraph, the term “Agreement” means any transaction, contract, understanding or agreement arising out of, relating to, or contemplated by the pertinent solicitation and/or agreement between the proposer and the District. The District shall not accept, enter into or sign any proposed agreement(s), document(s), offer(s), contract(s), leases(s) and/or provision(s) that materially conflicts with the District’s General Terms and Conditions, the requirements of a solicitation or which are determined not to be in the best interest of the District. The solicitation and the District’s General Terms and Conditions shall govern and take precedence as the contract between the District and the awarded entity. The terms of the agreement between the District and the successful/awarded entity shall comply with the requirements contained in this solicitation and the District’s General Terms and Conditions. CONTRACTUAL NEGOTIATIONS Contract negotiations, if applicable, may be started at the District’s discretion, with the apparent successful offeror. If any points/issues exist that cannot be resolved, so that a final contract, to the mutual satisfaction of all parties, can be reached, negotiations may be initiated with the next qualified offeror. All contractual documents submitted will be subject to approval of the District. 34 CONTRACT DOCUMENTS & ORDER OF PRECEDENCE (a) Any contract resulting from this solicitation shall include the following documents: (1) a Record of Negotiations, if any, executed by the vendor and the District, (2) documentation regarding the clarification of an offer, if applicable, (3) the solicitation, as may be amended, (4) modifications, if any, to an offer, if accepted by the District, (5) the vendor’s offer, (6) any statement reflecting the District’s final acceptance (award), (7) purchase orders, and (8) any related contracts or agreements executed by the District and the proposer. These documents shall be read to be consistent and complimentary. Any document signed or otherwise agreed to by persons other than the Executive Director of Finance or a Procurement Officer shall be void and of no effect. OFFEROR RESPONSIBILITY The offeror is the entity that is proposing or offering to perform work or supply service(s) and/or material(s) to the District. Each offeror shall fully acquaint itself with conditions relating to the scope and restrictions attending the performance of obligations under the conditions of this solicitation or agreement. The omission of an offeror to acquaint itself with existing pre-contract conditions or post-contract consequences shall in no way relieve such offeror of any obligation with respect to the proposal or to any contract resulting from a solicitation or agreement. Offerors are notified that failure to inspect, familiarize or otherwise gather information as to the total cost to the District will, in addition to any and all other remedies available, create cost difference liabilities and claims against the ultimately successful contractor. Offerors shall notify the District of all costs reasonably expected. BID/PROPOSAL/AGREEMENT CONSTITUTES OFFER By submitting a bid/proposal or agreement, the offeror agrees to be governed by the terms and conditions as set forth in the solicitation document or proposed agreement and the District Procurement Code and Regulations. Any bid or proposal response or proposed agreement containing variations from the terms and conditions set forth herein may, at the sole discretion of the District, render such bid or proposal or agreement non-responsive. Any inconsistencies between the solicitation and any other contractual instrument shall be gove

301 E. Camperdown Way Greenville, South Carolina 29601Location

Address: 301 E. Camperdown Way Greenville, South Carolina 29601

Country : United StatesState : South Carolina

You may also like

BSU Exterior Tennis Court Resurfacing and Repairs

Due: 26 Apr, 2024 (in 2 days)Agency: Bridgewater State University

Roof Repair, Replacement and Maintenance - COOP

Due: 05 Dec, 2024 (in 7 months)Agency: Bergen County

Roof Repair, Replacement and Maintenance - COOP

Due: 05 Dec, 2024 (in 7 months)Agency: Bergen County

Please Sign In to see more like these.

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