As Needed Plumbing Services under $100,000 (Annual Contract)

expired opportunity(Expired)
From: Savannah-Chatham County School System(School)
24-49

Basic Details

started - 20 Mar, 2024 (1 month ago)

Start Date

20 Mar, 2024 (1 month ago)
due - 04 Apr, 2024 (27 days ago)

Due Date

04 Apr, 2024 (27 days ago)
Bid Notification

Type

Bid Notification
24-49

Identifier

24-49
Savannah Chatham County School System

Customer / Agency

Savannah Chatham County School System
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.

It is the District's intent to only enter into a contract as a result of this ITB with a single Bidder. The District reserves the right to reject as non-responsive or not responsible any bid that requests the District to enter into contracts with multiple Bidders. N Insurance, Warranty, Indemnity and Other Requirements for Responsible Bidders. To be considered a responsible Bidder, all Bidders may be required to meet minimum insurance, warranty, indemnity and other requirements set forth in more detail in Attachment A- Goods and/or Services Requested, Format of Bids, Evaluation Criteria for Award, and Contract Requirements, which is incorporated by this reference. If the Bidder believes that additional insurance coverages other than those listed in Attachment A are required to ensure coverage for damages arising out of the performance of this contract, then Bidder should notify the District by the deadline for requests for interpretation and material substitution is 5:00 pm March 21,
2024. O 0.C.G.A. 13-10-91 and E-Verify Compliance Required for Responsible Bidders. To be considered a responsible Bidder, all Bidders are required to comply with O.C.G.A. 13-10-91, a Georgia statute that prohibits a public employer such as the District from entering into any contract with a contractor who fails to participate in the federal work authorization program E-Verify or fails to demonstrate that it is not required to participate in the E-Verify program. In order to be deemed a responsible Bidder eligible for this ITB, the Bidder must provide the affidavit(s) or other documentation required O.C.G.A. 13-10-91. While the District provides sample O.C.G.A. 13-10-91 affidavit forms in this ITB, Bidders are solely responsible for familiarizing themselves with their obligations under O.C.G.A. 13-10-91 and making sure that they provide the District with the required documentation. P Local and/or MinorityWomen Business Enterprise (LMWBE) Policies. lt is the policy of the District to maximize the utilization of qualified local, minority, and women owned business enterprises ("LMWBEs) who provide professional services or who serve as prime contractors, subcontractors or suppliers as a part of the Districts facilities construction, maintenance and repair programs. Prime contractors on district construction projects shall make and document good faith efforts to maximize the utilization of qualified LMWBEs as subcontractors and suppliers and provide proof of such efforts and contracts with and payments made to LMWBEs upon request. The District also promotes capacity building within the local construction community and encourages the use of partnerships, teaming and mentorships to provide LMWBEs with relevant and necessary experiences to grow their business. For the purposes of this policy, good faith efforts may include, but not be limited to, the following: (1) Placing qualified small and minority businesses and women's business enterprises on solicitation lists; (2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; (3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; (4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; (5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; (6) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (b)(1) through (5) of this section. (7) Attend pre-solicitation meetings to inform LMWBEs of subcontracting opportunities. Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 6 (8) Advertise in general circulation media, trade association publications, and minority and women business enterprise media to provide notice of subcontracting opportunities. (9) Communicate with the City of Savannah's Office of Economic Development to identify available and qualified LMWBE firms. (10) Review the Districts list of vendors indicating an interest in providing services to the District. (11) Select portions of work for subcontracting in areas with established availability of LMWBE subcontractors. (12) Solicit and negotiate with available and qualified LMWBEs for specific subcontracting opportunities. (13) Assign substantive work to LMWBEs or LMWBE teaming partners. See 2 C.F.R. 200.321; Board Policy FG. For the purposes of this policy, a local business enterprise is defined as (1) having established a regular, physical place of business other than a job site office with at least one employee within the geographical boundaries of the Savannah, Georgia Metropolitan Statistical Area (MSA) prior to the closing date on the solicitation (a post office box address will not satisfy this requirement); (2) having a current Business Tax Certificate and other licenses, certificates, or permits required by law to operate a business in that location; and (3) performing a commercially useful function within the local office. For the purposes of this policy, a Minority Business Enterprise is an independent, continuing venture that is at least 51% owned by a minority person or persons that meets the criteria for a Disadvantaged Business. A Disadvantaged Business is a small business which is owned, controlled and managed on a daily basis by a majority or persons, not limited to members of minority groups, who have been deprived of the opportunity to develop and maintain a competitive position in the economy because of social disadvantage. This includes, but is not limited to, persons who have experience social disadvantage because of their membership in the following groups: 41 African American: A person with origins in any of the Black racial groups of Africa; 2 Hispanic American: A person with origins from Mexico, South America, Central America or the Caribbean Basin, regardless of race; and 3 Asian American: A person with origins from the Indian subcontinent, countries of the Asian Pacific region, and surrounding countries; and 4 American Indian: A person with origins from the indigenous people of North America. For the purposes of this policy, a Women Business Enterprise is an independent, continuing venture that is at least 51% owned by one or more women. To qualify as an LMWBE, the owner must be a citizen or lawful permanent resident of the United States, be involved in daily business operations, and provide a commercially useful function. The ownership interest must be real and continuous and not created solely to meet the local/minority/;women business or local/minority/women contractor good faith efforts. The District shall, through their program management and construction management providers, engage in efforts to communicate opportunities afforded by the Districts facilities construction, maintenance and repair programs to LMWBEs, including but not limited to: e Communicate opportunities associated with District facilities construction, maintenance and repair programs to the citizens of Chatham County. Work with other local governments and relevant community organizations to provide technical assistance and guidance to LMWBEs; Develop strategies to assist prime contractors in maximizing their utilization of LMWBEs; Develop and provide informational sessions to educate LMWBEs in the requirements of the District's procurement process; Provide notices as outlined above and maintain a list of vendors who have provided or are interested in providing services to the District, as outlined above. Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 7 The District may, from time to time, audit vendor contracts with and payments to LWMBE contractors and subcontractors and may require that proof of such contracts and payments be provided to the District. All Bidders must read, complete and return all of the LMWBE forms attached to this ITB. Q The Districts Reservation of Rights to Cancel this ITB, to Amend the ITB Process, to Disqualify Bidders, and to Waive Irregularities and Technicalities. The District, in the discretion of the Purchasing Director, the Chief Financial Officer, the Superintendent, or the Districts governing body, the elected School Board, may cancel this ITB at any time before the District awards a contract to any Bidder(s). The District may decline to purchase the goods and/or services solicited in this ITB at all, or it may decide to purchase some or all of the same goods and/or services through a similar or different procurement process. The District, in the discretion of the Purchasing Director, the Chief Financial Officer, the Superintendent, or the Districts governing body, the elected School Board, reserves the right to amend this ITB and all attachments in any way and at any time (without cancelling it in its entirety) before the deadline for the submission of bids. Any addenda amending this ITB will be made available to all Bidders on the Districts website. As stated above, the submission deadline will be extended at least seventy-two (72) hours if any addenda are issued less than seventy- two (72) hours before the submission deadline. The District further reserves the right to amend this ITB in any way after the deadline for the submission of bids (without cancelling the ITB in its entirety), except the District will not amend the original bid formatting or submission requirements or the criteria for determining whether the Bidder is a responsive or responsible Bidder. Non-exclusive example of such an amendment to this ITB may be the addition of an inadvertent omission from the project specifications. The District further reserves the right to redo any stage of this ITB (without cancelling it in its entirety) if the District, in the discretion of the Purchasing Director, the Chief Financial Officer, the Superintendent, or the Districts governing body, the elected School Board, has concerns that a stage of the ITB should be redone to eliminate any question of whether it was conducted properly. The District reserves the right to reject any and all bids submitted in response to this ITB, and to waive any irregularities or technicalities in bids received whenever such rejection or waiver is in the best interest of the District. The District has the right to disqualify a bid of any Bidder on the basis that the bid is nonresponsive or the Bidder is not responsible. A bid shall be deemed nonresponsive if it fails to include all of the information or documents required by this ITB. Accordingly, Bidders should carefully review this solicitation to determine all of the forms and additional documentation, such as business licenses and insurance certificates, that will be required for submission. A checklist of forms and additional documentation to be submitted with this bid is attached as Solicitation Form 1. Not only should the checklist form be completed, but items checked should also actually be provided. Forms with signature blocks should signed, and forms with notary blocks should be signed in the presence of a notary and notarized. A Bidder shall be deemed not responsible if the District determines that the Bidder fails to meet the minimal requirements to be eligible for consideration, including but not limited to, a lack of capacity to do the work or provide the services requested, a lack of proper insurance, the lack of a valid business license, failure to satisfy e-Verify requirements, negative past performance ratings on District projects, being disqualified from working for the District because of poor performance on a prior project, a litigation history unsatisfactory to the District, or some other reason that gives the District reason to question the responsibility or reliability of the Bidder. The District will also evaluate whether the Bidders workload will allow the bidder to complete this project within the established time, quality, or cost, or to comply with the bidder's contract obligations. In evaluating the Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 8 bidders workload, the District may consider whether the bidder has submitted bids on other District projects and whether the award of multiple projects to the bidder may impair the bidder's ability to complete this project within the established time, quality, or cost, or to comply with the bidder's contract obligations or otherwise pose a risk to the District. The District reserves the right to request a Bidder to provide additional information in response to any concern that a Bidder may not be a responsible Bidder. Failure to provide the requested additional information, in itself, will be sufficient grounds for the District to declare the Bidder to be not responsible for the purposes of this ITB. Bidders represent that, to the best of their knowledge, all information that they submit to the District in response to this ITB, whether through a bid or otherwise, is true and correct. If the District determines that information submitted by the Bidder is incorrect, the District may disqualify a bid as non-responsive. If the District determines that a Bidder intentionally misrepresented information submitted in response to the ITB, the District may disqualify the Bidder on the basis that it is not responsible for this solicitation and in future solicitations. R Evaluation and Award of Contract. A contract with the District, if one is awarded at all, for the goods and/or services requested in this ITB will be awarded by means of the award process described in in Attachment A - Goods and/or Services Requested, Format of Bids, Evaluation Criteria for Award, and Contract Requirements. Depending on the nature of the goods and/or services the District may provide a sample of the contract it is willing to execute with a successful Bidder. If such a sample contract is attached, then the Bidder is deemed to have agreed that all of the terms contained therein will be acceptable by submitting a bid. If the Bidder wants to propose materially different terms, then the Bidder should file a request for Material Substitution using the procedure outlined above before submitting its bid. For other goods and/or services, the District may ask Bidders to provide a proposed contract. The terms of that proposed contract will be evaluated as part of the selection process to determine whether the Bidder is responsive and responsible. The specifications for the goods and/or services requested by this ITB may also include specific contract terms outlined in Attachment A - Goods and/or Services Requested, Format of Bids, Evaluation Criteria for Award, and Contract Requirements that should be included in any contract proposed by a Bidder. By way of a non-exclusive example, the specifications may provide that the District will not agree to any contract provision requiring the District to indemnify any Bidder as such provisions are prohibited by District policy and state law. Conversely, there may be times when the District requires a Bidder to maintain certain levels of insurance, to honor certain warranties, or to provide indemnities to the District. Ss Consideration of Bidder Past Performance. Successful Bidders should be advised that they will be evaluated by the District over the duration of the contract period. Performance will be documented. Poor performance may result in the Bidder being disqualified on future ITBs or may result in the deduction of points from the Bidder on future District solicitations, whether they are other invitations to bid or requests for qualifications and requests for proposals. Good performance may result in the Bidder receiving additional points on future solicitations. T Public Information. It is the policy of the District that at the conclusion of the selection process, the contents of all bids will be placed in the public domain and be open to inspection by interested parties. Trade secrets or proprietary information that are recognized as such and are protected by law may be withheld, if clearly identified as such in the bid. Failure to list all proprietary sections of the submitted bid shall relieve the District from any responsibility should such information be viewed by the public, a competitor, or be in any way accidentally Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 9 released. If this ITB is cancelled before an award is made, bids will not be made available for public inspection to prevent Bidders from having an unfair advantage in future solicitations for the same goods or services. U Bidder Questions, Requests for Interpretations, and Issuance of Addenda. If a Bidder should have any questions relating to an ITB, including but not limited to the interpretation of ITB language, the specifications for the goods and/or services requested and/or requests for the substitution of different materials, products, or services, the terms of sample contract provisions attached to this solicitation and/or requests to propose different contract, the preparation or submission of Bids, or the evaluation and contract award process outlined in this ITB, the Bidder may deliver written requests for interpretation or requests for the substitution of products, services, or contract terms by email to the Purchasing Department's designated email purchasing@sccpss.com. Email must contain the BID NUMBER, Bid NAME, AND QUESTION SUBMITTAL clearly marked in UPPER CASE in the subject line of the submitting email. Emails without the Bid Number, Name and Questions Submittal clearly identified in the subject line of the email may not be considered. When reference is made in the specifications as to a particular manufacturer, type of process, brand name, or model number, such references are usually, but not always, made to designate minimum acceptable levels of quality and do not indicate a preference. In some instances, a particular manufacturer, type of process, or brand name is required. In the event a Bidder would like to propose another manufacturer, process, brand name, model number, etc. other than those stated in the specifications for this ITB, the Bidder must provide complete technical information, specifications, manufacturer's name, model number and a complete list of deviations from stated specifications. The burden of proof for documenting that the proposed substitute is equal to the goods or services identified in the specifications rest with the Bidder. All determinations of the acceptability of the proposed substitute goods or services shall rest with the District staff and their decision shall be final. Bids on equipment must be on standard, new equipment of the latest model and in current production, unless otherwise specified. Used, reconditioned or refurbished equipment is not acceptable unless otherwise specified. All regularly manufactured stock electrical items must bear the label! of the Underwriters Laboratories, Inc Any obvious error or omission in specifications shall not inure to the benefit of the Bidder but shall put the Bidder on notice to inquire of or identify the same from the District. If the Bidder wishes to propose materially different terms than those requested by the District in Attachment A or in any Sample Contract, then Bidder should request to propose different Contract terms by identifying the provisions it wishes to change or wishes to add. All answers to questions for interpretation, requests for material substitution and requests for changes of contract terms shall be made by addenda to the ITB and shall be made available to all Bidders on the District's website. While the District will also make a good faith effort to email any addenda to all Bidders who attended pre-bid conferences, submitted requests for interpretations to the District, or otherwise communicated an interest to receive notice of addenda, the District's failure to provide a Bidder with individualized notice of an addenda will not provide a Bidder with grounds to protest the implementation of this ITB. Bidders are ultimately responsible themselves for keeping track of addenda issued by the District before the deadline for submitting bids in response to this ITB. Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 10 accepted. When SCCPSS has a spare part available, the Service Provider will be required to use that part when requested to do so by SCCPSS. The Service Provider will have a communication device that will allow SCCPSS to contract him/her directly in the event of an emergency. The Service Provider shall provide SCCPSS with all emergency telephone numbers. This will include a home number and a mobile number. The contractor shall communicate any changes to these numbers on a timely basis. 5.0 VENDOR QUALIFICATIONS. The District will only consider firms that have been engaged in the business of performing the services as described in these specifications. The vendor must be able to produce evidence that they have an established satisfactory record of performance for a reasonable period of time and to ensure that they can satisfactorily execute the services if awarded a contract. The District reserves the right, before awarding the contract, to require a vendor to submit such evidence of its qualifications as it may deem necessary and may consider any evidence available to it (including but not limited to, the financial, technical and other qualifications and abilities of the vendor, including past performance and experience with the District) in making the award in the best interest of the District. A Bidder must be an organization existing for the primary purpose of providing goods/services requested in this solicitation. Bidder must be licensed by the State of Georgia (as applicable) for providing the services requested. Bidder must provide documentation that their Occupational Business Taxes have been paid by providing a copy of their current Business License/Tax Certificate. Bidder must demonstrate its financial stability to provide the services requested herein. Bidder must be fully bonded and demonstrate its ability to meet all insurance requirements. Bidder must produce evidence that they have an established satisfactory record of performance based on past performance on similar contracts and is required to submit with their bid, a minimum of three (3) references. 6.0 COMPLIANCE WITH ALL APPLICABLE LOCAL, STATE, AND FEDERAL LAWS. The successful Bidder shall comply with all local, state, and federal laws, regulations, and policies that apply to the provision of any goods or services in response to this solicitation, regardless of whether those local, state, or federal laws are expressly identified in this solicitation or in any resulting contract with the District. 7.0 QUANTITIES. The The estimated quantities requested in this solicitation are intended as a guide for the bidder. District does not obligate itself to purchase the full estimated quantities indicated. The entire amount of any discount offered by the Bidder must be allowed whether or not the District purchases the full quantities requested in this solicitation. The District's requirements may exceed the estimated quantities shown and the successful bidder shall be obligated to fulfil all requirements as shown on the purchase orders, whose mailing dates fall within the performance period of the resulting contract. Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 19 Cc Workers Compensation Insurance Statutory limits in accordance with O.C.G.A.34-9-120 et. seq. If Bidder does not operate any facilities in the state of Georgia, then Bidder may be able to satisfy this requirement by demonstrating that it has Worker's Compensation Insurance that complies with the laws of the state in which Bidder is located. D Umbrella Insurance with a limit of not less than $1,000,000 per claim, $1,000,000 aggregate. 17.0 CRIMINAL HISTORY, LITIGATION HISTORY, AND CONTRACT PERFORMANCE HISTORY In response to Solicitation Form 7, Disclosure of Responsibility Statement please answer a number of questions concerning Bidders criminal history, litigation history, and contract performance history. If, prior to the award of a contract, the District determines that a Bidder has supplied incomplete or inaccurate information in response to this form, the District reserves the right to reject Bidders Bid as non-responsive based on the nature of the error, in its sole discretion. If, prior to the award of a contract, it appears to the District that a Bidder may have made an intentional misrepresentation on the Disclosure of Responsibility Statement, the District reserves the right to designate the Bidder who provided incorrect information in response to solicitation form 7 as not-responsible on this or other District solicitations. If after the award of a contract, the District determines that the successful Bidder provided incomplete or inaccurate information in response to Solicitation Form 7, the District reserves the right to rescind the contract for negligent or intentional misrepresentation as allowed law and/or right to affirm the contract and sue for damages as appropriate. 18.0 TERMS OF CONTRACT. For this solicitation, the District has attached a Sample Contract as Attachment C for the provision of the goods and/or services requested by this ITB. By submitting a bid, the Bidder agrees that all of the terms of the Sample Contract are acceptable to the Bidder and agrees to enter a contract as a result of this solicitation substantially similar to the attached Sample Contract. If any of the terms of the Sample Contract are not acceptable to the Bidder, then District requests that the Bidder provide a Request for Material Substitution before submitting its Bid asking to substitute different terms on or before March 21, 2024. The District reserves the right to reject any Bid that does not contain the terms of the Sample Contract or contains other terms unacceptable to the District. The District reserves the right to decline to enter into a contract with any Bidder that refuses to enter into a contract substantially similar to the Sample Contract attached hereto. The District reserves the right to negotiate all terms of any contract proposed by a Bidder until the time of final award by the Districts governing body, the elected School Board, or its designee pursuant to Board policy. End of Attachment A Forms to Follow Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 23 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM ATTACHMENT B SOLICITATION FORMS Failure to return a required form may result in the Bidders bid being rejected as non-responsive. Solicitation Form 1: Bid Submission Checklist (Required for all bids. Please include on the front of any bid submission) Solicitation Form 2: Bid Certification Form (Required for all bids) Solicitation Form 3: Bidders References (Required for all bids) Solicitation Form 4: Contractor Affidavit Under O.C.G.A. 13-10-91 (Required for all bids) Solicitation Form 5: Subcontractor Affidavit Under O.C.G.A. 13-10-91 (Only needed if subcontractors will be used) Solicitation Form 6: Sub-Subcontractor Affidavit Under O.C.G.A. 13-10-91 (Only needed if sub-subcontractors will be used) Solicitation Form 7: Disclosure of Responsibility Statement (Required for all bids) Solicitation Form 8: Debarment and Suspension Verification Form (Required for all bids) Solicitation Form 9: Disclosure of Lobbying Activities Form (Required for all bids) 10. Solicitation Form 10 Documentation of Good Faith Efforts to Involve LMWBE (Required for all bids) 11. Solicitation Form 11 Joint-Venture Disclosure Statement (Only need if a joint venture used) 12. Solicitation Form 12: Bid Submittal Form (Required for all bids) 13. Solicitation Form 13: No Bid Statement Form (Only submitted if vendor does not want to participate in this solicitation but wishes to receive notice of other District solicitations) Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 24 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM SOLICITATION FORM 1 Bid Submission Checklist Please include this Bid Submission Checklist on the front of your Bid and check which documents are included. QO Solicitation Form 1: Bid Submission Checklist Solicitation Form 2: Bid Certification Form Solicitation Form 3: Bidders References Solicitation Form 4: Contractor Affidavit Under O.C.G.A. 13-10-91 co oOo CoC oO Solicitation Form 5: Subcontractor Affidavit Under 0.C.G.A. 13-10-91 (submit only if contractor may use subcontractors) 0 Solicitation Form 6: Sub-Subcontractor Affidavit Under O.C.G.A. 13-10-91 (submit only if subcontractors may use sub-subcontractors) Solicitation Form 7: Disclosure of Responsibility Statement Solicitation Form 8: Debarment and Suspension Verification Form Solicitation Form 9: Disclosure of Lobbying Activities Form Solicitation Form 10: Documentation of Good Faith Efforts to Involve LMWBE o O CO cia Solicitation Form 11: Joint-Venture Disclosure Statement (submit only if Bidder is a joint venture) Co Solicitation Form 12: Bid Submittal Form Oo Bidders Certificate of Insurance: Documents showing that Bidder has or can obtain the minimum insurance required by this solicitation. A copy of the Bidders Current Business License/Tax Certificate Any State of Georgia licenses required to provide the goods and/or services requested by this ITB. A copy of the Bidders W-9, showing its Federal Tax Id. Number and Certification Oo oOo oOo Additional Documents Submitted by Bidder in Support of its Bid, including If the Bidder does not wish to submit a Bid for this ITB but would wish to remain on the District's list of interested Bidders, please submit only Form 13 in an enveloped mark No Response. Solicitation Form 1 Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 25 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM SOLICITATION FORM 2 Bid Certification Form Please complete this form and sign it in the presence of a notary: A. Local and/or Minority;Woman Business Enterprise Development Information. It is the desire of the District to maximize participation of local and disadvantaged business enterprises at all levels in the procurement process. In order to accurately document participation, businesses submitting bids, Bids or Statements of Qualifications are required to report ownership status. | Local { Woman Q Asian-American QO African-American (1 Hispanic Q American Indian Cl (4 Non-Local Majority B. How Did You Hear About This ITB? (This information is for statistical use only.) Qo City of Savannah, Dept. of Economic Development a The Herald Legal Ad Oo Received Request by Mail Q The Savannah Tribune Legal Ad a {1 Visiting the Purchasing Office Savannah News Press Legal Ad C. Bidders Certification. This is to certify that |, on behalf of the undersigned Bidder, have read this ITB in its entirety (including all attachments) and agree to be bound by the provisions of the contained herein. This day of 20 By Name (printed) Title Signature Company Address (Street. City, State, Zip) Phone No. Fax No. Federal Taxpayer I.D. No. e-Verify No. Contact Person for This Bid Phone Number Acknowledge Receipt of Addendum(s) # et | eS eo HN Rat D. NOTARY: Subscribed and sworn before me on This the day of ,2024_ Notary public My commission expires Solicitation Form 2 Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 26 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM SOLICITATION FORM 3 REFERENCES OF AT LEAST THREE ORGANIZATIONS SUPPLIED WITH SIMILAR ITEMS: Company Name Contact Person: Phone Number: FAX Number E-Mail Address: Company Name Contact Person: Phone Number: FAX Number E-Mail Address: Company Name Contact Person: Phone Number: FAX Number E-Mail Address: Company Name Contact Person: Phone Number: FAX Number E-Mail Address: Solicitation Form 3 Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 27 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM SOLICITATION FORM 4 Contractor Affidavit Required by 0.C.G.A. 13-10-9l(b By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services on behalf of Savannah-Chatham County Public School System has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. 13-10-91. Furthermore, the undersigned contractor will continue to use the federal work authorization program throughout the contract period, if awarded a contract, and the undersigned contractor will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the information required by O.C.G.A. 13-10-91(b). Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number Date of Authorization Name of Contractor Bid 24-49 As Needed Plumbing Services under $100,000 (Annual Contract) Name of Project The Board of Public Education for the City of Savannah and the County of Chatham Name of Public Employer | hereby declare under penalty of perjury that the foregoing is true and correct. Executed on , 20 in , and State City Signature of Authorized Officer or Agent Printed Name and Title of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF , 2024_ NOTARY PUBLIC My Commission Expires Solicitation Form 4 Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 28 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM SOLICITATION FORM 5 (Required only if the Bidder may use subcontractors) Subcontractor Affidavit Required by 0.C.G.A. 13-10-91(b) By executing this affidavit, the undersigned subcontractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with on behalf of the Savannah-Chatham County Public School System (SCCPSS) has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. 13-10-91. Furthermore, the undersigned subcontractor will continue to use the federal work authorization program throughout the contract period, if awarded a contract, and the undersigned subcontractor will contract for the physical performance of services in satisfaction of such contract only with sub-subcontractors who present an affidavit to the subcontractor with the information required by O.C.G.A. 13-10-91(b). Additionally, the undersigned subcontractor will forward notice of the receipt of an affidavit from a sub-subcontractor to the contractor within five business days of receipt. If the undersigned subcontractor receives notice that a sub-subcontractor has received an affidavit from any other contracted sub-subcontractor, the undersigned subcontractor must forward, within five business days of receipt, a copy of the notice to the contractor. Subcontractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number Date of Authorization Name of Subcontractor Bid 24-49 As Needed Plumbing Services under $100,000 (Annual Contract) Name of Project Savannah-Chatham County Public School System Name of Public Employer | hereby declare under penalty of perjury that the foregoing is true and correct. Executed on in , and Date City State Signature of Authorized Officer or Agent Printed Name and Title of Authorized Officer or Agent Subscribed and sworn before me on This the day of ,2024_ Notary Public My commission expires Solicitation Form 5 Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 29 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM SOLICITATION FORM 6 (Required only if the Bidder may use subcontractors) Sub-Subcontractor Affidavit Required by O.C.G.A. 13-10-91(b By executing this affidavit, the undersigned sub-subcontractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm, or corporation which is engaged in the physical performance of services under a contract with (prime contractor) and (subcontractor) on behalf of the Savannah-Chatham County Public School System (SCCPSS) has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in 0.C.G.A. 13-10-91. Furthermore, the undersigned sub-subcontractor will continue to use the federal work authorization program throughout the contract period, if awarded a contract, and the undersigned sub-subcontractor will contract for the physical performance of services in satisfaction of such contract only with sub-subcontractors who present an affidavit to the subcontractor with the information required by O.C.G.A. 13-10-91(b). Additionally, the undersigned sub-subcontractor will forward notice of the receipt of an affidavit from a sub-subcontractor to the contractor within five business days of receipt. If the undersigned sub-subcontractor receives notice that a sub-subcontractor has received an affidavit from any other contracted sub-subcontractor, the undersigned subcontractor must forward, within five business days of receipt, a copy of the notice to the contractor. Sub-subcontractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification Number Date of Authorization Name of Sub-Subcontractor Bid 24-49 As Needed Plumbing Services under $100,000 (Annual Contract) Name of Project The Board of Public Education for the City of Savannah and the County of Chatham Name of Public Employer | hereby declare under penalty of perjury that the foregoing is true and correct. Executed on in , and Date City State Signature of Authorized Officer or Agent Printed Name and Title of Authorized Officer or Agent Subscribed and sworn before me on This the day of ,2024_ Notary Public My commission expires Solicitation Form 6 Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 30 Questions Please state whether Bidder, or any owner of more than 10% of Bidders ownership interests, any of Bidders current officers, any of Bidder's current directors, or any of Bidders current employees that Bidder reasonably expects to be involved in actually providing goods and/or services to the District in response to this solicitation, has ever been convicted of any criminal offense in connection with obtaining or attempting to obtain a government contract. [No O Yes. If yes, describe Please state whether Bidder, or any owner of more than 10% of Bidders ownership interests, any of Bidders current officers, any of Bidders current directors, or any of Bidder's current employees that Bidder reasonably expects to be involved in actually providing goods and/or services to the District in response to this solicitation, has ever been convicted of any criminal offense that would show a lack of business integrity or honesty, including, but not limited to embezzlement, theft, or fraud. ONoO Yes. If yes, describe Please state whether Bidder, or any owner of more than 10% of Bidders ownership interests, any of Bidder's current officers, any of Bidders current directors, or any of Bidder's current employees that Bidder reasonably expects to be involved in actually providing goods and/or services to the District in response to this solicitation, has ever been convicted of a felony under state or federal law, including, but, not limited to, murder, rape, or sexual assault. CINoT Yes. If yes, describe [Questions Continue on Next Page] Solicitation Form 7 Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 32 Please state whether it has been determined, in the last five (5) years, that Bidder, or any owner of more than 10% of Bidders ownership interests, any of Bidders current officers, any of Bidders current directors, or any of Bidder's current employees that Bidder reasonably expects to be involved in actually providing goods and/or services to the District in response to this solicitation, has violated any state or federal labor laws, including but not limited to wage and hour or anti-discrimination laws, by 1) a government administrative agency responsible for administering such laws, such as the Department of Labor or the EEOC, or 2) as a result of the entry of a judgment in civil litigation brought by a government agency or private parties. C1No CO Yes. If yes, describe Please state whether it has been determined, in the last five (5) years, that Bidder, or any owner of more than 10% of Bidders ownership interests, any of Bidder's current officers, any of Bidders current directors, or any of Bidders current employees that Bidder reasonably expects to be involved in actually providing goods and/or services to the District in response to this solicitation, has violated state or federal occupational safety laws, including but not limited to OSHA regulations, by 1) a government administrative agency responsible for administering such laws, such as OSHA or 2) as a result of the entry of a judgment in civil litigation brought by a government agency or private parties. [1 No] Yes. If yes, describe Please state whether Bidder has ever been disbarred or otherwise disqualified from participating in any federal or state government purchasing process. CINo (Yes. If yes, describe {Questions Continue on Next Page] Solicitation Form 7 Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 33 Please state whether Bidder is currently a party in any civil litigation arising out its performance of a contract for the provision of goods and services, including, but not limited to, claims that Bidder breached that contract, caused personal injury or property damage in the course of its performance of the contract, or committed professional malpractice, regardless of whether the party bringing the claim was a party to the contract or a third party. CiNoC Yes. If yes, describe Please state whether, in the last five (5) years, any judgments have been entered against the Bidder in any civil litigation arising out its performance of a contract for the provision of goods and services, including, but not limited to, claims that Bidder breached that contract, caused personal injury or property damage in the course of its performance of the contract, or committed professional malpractice, regardless of whether the party bringing the claim was a party to the contract or a third party. O No Yes. If yes, describe Please state whether, in the last five (5) years, any local, state, or federal government agency has ever terminated a contract with the Bidder for cause. C1 No Yes. If yes, describe 10 Please state whether Bidder currently has or is seeking any other contracts with SCCPSS and state why Bidder believes it has the capacity to perform all of its contracts with SCCPSS simultaneously. C1NoT Yes. If yes, describe [Signature on Next Page] Solicitation Form 7 Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 34 _ of Name of Individual Title & Authority Company Name declare under oath that the above statements in response to the Disclosure of Responsibility Statement, including any supplemental responses attached hereto, are true and correct to the best of my knowledge. Signature In , and Date City State Subscribed and sworn before me on This the day of ,2024_ Notary Public My commission expires Solicitation Form 7 Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 35 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM SOLICITATION FORM 8 Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion Lower Tier Covered Transactions This certification is required by federal regulations implementing Executive Order 12549, Debarment and Suspension, 34 CFR Part 85, for all lower tier transactions meeting the threshold and tier requirements stated at Section 85.110. Instructions for Certification 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," debarred," "suspended," ineligible, "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549, at 2 C.F.R. Parts 180 and 417. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this form that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the System for Award Management (SAM) database. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph (5) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. [Instructions Continue on Next Page With Certification] Solicitation Form 8 Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 36 Certification 1.. The prospective lower tier participant certifies, by submission of this bid, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by an Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Bidders Name: Bid Number and Name: BID 24-49 As Needed Plumbing Services under $100,000 (Annual Contract) Printed Name and Title of Bidders Authorized Representative: Signature: Date Solicitation Form 8 Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 37 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM SOLICITATION FORM 9 Certification Regarding Lobbying Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal joan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,00 0 and not more than $100,000 for each such failure. Statement for Loan Guarantees and Loan Insurance The undersigned states, to the best of his or her knowledge and belief, that: If any funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this commitment providing for the United States to insure or guarantee a loan, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. Submission of this statement is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required statement shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Bidders Name: Bid Number and Name: BID 24-49 As Needed Piumbing Services under $100,000 (Annual Contract) Printed Name and Title of Bidders Authorized Representative: Signature: Date Solicitation Form 9 Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 38 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM SOLICITATION FORM 9 (continued) INSTRUCTIONS FOR COMPLETION OF SF-LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether sub awardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing, pursuant to title 31 U.S.C. section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with a covered Federal action. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence the outcome of a covered Federal action. Identify the status of the covered Federal action. ond identify the appropriate classification of this report. If this is a follow up report caused by a material change to the information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last previously submitted report by this reporting entity for this covered Federal action. Enter the full name, address, city, State and zip code of the reporting entity. Include Congressional District, if known. Check the appropriate classification of the reporting entity that designates if it is, or expects to be, a prime or sub award recipient. Identify the tier of the sub awardee, e.g., the first sub awardee of the prime is the 1*' tier. Sub awards include but are not limited to subcontracts, subgrants and contract awards under grants. lf the organization filing the report in item 4 checks Subawardee, then enter the full name, address, city, State and zip code of the prime Federal recipient. Include Congressional District, if known. Enter the name of the Federal agency making the award or loan commitment. Include at least one organizational level below agency name, if known. For example, Department of Transportation, United States Coast Guard. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans, and loan commitments. Enter the most appropriate Federal identifying number available for the Federal action identified in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract, grant, or loan award number, the application proposal control number assigned by the Federal agency). Include prefixes, e.g., RFP- DE-90-001. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitment for the prime entity identified in item 4 or 5. 10 (a) Enter the full name, address, city, State and zip code of the lobbying registrant under the Lobbying Disclosure Act of 1995 engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name, and Middle Initial (Ml). 11 The certifying official shall sign and date the form, print his/her name, title, and telephone number. According to the Paperwork Reduction Act, as amended, no persons are required to respond to a collection of information unless it displays a valid OMB Control Number. The valid OMB control number for this information collection is OMB No. 0348-0046. Public reporting burden for this collection of information is estimated to average 10 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0046), Washington, DC 20503 Solicitation Form 9 Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 39 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM SOLICITATION FORM 9 (Continued) DISCLOSURE OF LOBBYING ACTIVITIES Approved by Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 0348-0046 See reverse for public burden disclosure.) 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: a. contract a. bid/offer/application a. initial filing | | b. initial award | | b. material change b. grant c. cooperative agreement c. post-award For Material Change Only: d. loan year quarter date of last report e, loan guarantee f. loan insurance 4, Name and Address of Reporting Entity: . If Reporting Entity in No. 4 is a Subawardee, Enter Nam: CC] subawardee and Address of Prime: [] Prime Tier , if known: Congressional District, if known: Congressional District, if known: 4 6, Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number, /f applicable: 8, Federal Action Number, if known: 9, Award Amount, if known: $ 10. a. Name and Address of Lobbying Registrant b. Individuals Performing Services (including address if (if individual, last name, first name, MI): different from No, 10a) (last name, first name, MI): 41. Information requested through this fom is authorized by fitle 31 U.S.C. section 1352. This disclosure of lobbying activilies is a material representation of fact Signature: upon which refiance was placed by the tier above when [his fransaction was made Print Name: or entered into. This disclosure is required pursuant to 31 U.S.C, 1352. This information will be available for public inspection. Any person who fails to file tha required disclosure shall be subject to a civil penalty of nolless than $10,000 and Title: not more than $100,000 for each such failure, Telephone No.: Date: Authorized for Local Reprodur | Federal Use Only: Standard Form LLL (Rev. 7-9 a Solicitation Form 9 Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 40 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM SOLICITATION FORM 10 Good Faith Efforts Requirements Bidders are required to submit with their Bid evidence of good faith efforts utilized to ensure that minority and women enterprises are provided with the maximum opportunity of competing on this contract. Such good faith efforts of a bidder will include, but not limited to, the following: Attendance at pre-bid meetings, if any scheduled O Yes or 1 No to inform LMWBE's of subcontracting if no, please explain: opportunities. Advertisements in general circulation media, QO) Yes or 2 No trade association publications, and minority and women business enterprise media to provide notice of subcontracting opportunities. Efforts made to select portions of work for O Yes or O No subcontracting in areas with established availability of LMWBE subcontractors. Providing a minimum of five (5) days written Oi Yes or O No notice to known qualified LMWBEs that their interest in prime and subcontracting opportunities or furnishing supplies is solicited. Efforts to negotiate with qualified LMWBEs for Please explain efforts specific sub-bids, including reasons for rejections of any sub-bid offered. Solicitation Form 10 Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 41 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM SOLICITATION FORM 11 Partnership/Joint-Venture Disclosure Statement (only needed if Bidder is a joint venture) NAME OF BIDDER: ITB #: 24-49 If the Bidder is a partnership or joint venture between multiple business entities, including but not limited to corporations or LLCs, please identify the partnership/joint venture entities and the level of work and financial participation to be provided by each partner/joint venture entity. If the Bidder is a partnership whose partners are all natural persons, it shall not be necessary for the Bidder to identify all individual partners in this form. However, Bidder is still required to provide a copy of the partnership agreement as requested in this ITB and may be asked to provide information on the identities, assets, and liabilities of the individual partners to ensure that the Bidder has the capacity to provide the goods and/or services requested by this ITB. _ Partnership/_ ___ Joint Venture Entities _ Level of work Solicitation Form 11 Based on SCCPSS General Bid Template 3/28/2022 Bid 24-49 As Needed Plumbing Services Under $100,000 (Annual Contract) 42 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM ITB #24-49 SOLICITATION FORM 12 BID SUBMITTAL FORM PLUMBING SERVICES (ANNUAL CONTRACT) Bidder shall submit its bid pricing on this form based on the estimated quantities or the hypothetical purchasing scenario provided. These estimated quantities or hypothetical scenarios are for the purpose of comparing and evaluating bids only. Bidder shall hourly rates and percentage markup provided below for the duration of the contract period. Because the District is awarding this bid on a total bid basis, then Bidder shall be careful to multiply the unit prices by the estimated quantity to create an extended price per item and then add up the extended price for each item to be provided to create a total bid. Hypothetical Purchasing Scenario. The District has a plumbing repair. The master plumber and one helper arrive at 12:00 p.m. The repair is not completed until 7:00 pm that night. Please provide the price for these two staff members performing this job with 5 hours of regular time and 2 hours of after-hours time. Please assume the materials cost for the repair is $400. (A) (B) (C) (D) (E) (F) Total Labor Cost Regular Qty Extended After Qty Extended Time for Scenario Cost Hours : (C +F) for Scenario Cost : Rate (A xB) Rate (C xD) (A) (B) (CC) Total Material Cost for Markup Cost Cost 4 Markup Scenario (Ax B) (B +C) ce = % Total Cost for Hypothetical (sum of total for each part of scenario ps *Regular and after-hours rates shall be an all-inclusive rate per hour. Time spent for transportation of workers, material acquisition, handling and delivery, movement of contractor owned or rented equipment, direct labor, general and administrative overhead, insurance, profit and the cost of equipment that is normal and necessary (trucks, tools, etc.) shall be included in the hourly rate. hour(s) after notification Emergency On-site Response Time: within Non-Emergency Response Time: within day(s) after notification In submitting this bid, | agree to the following: 1 To hold my bid valid for a period of ninety (90) days. To enter into and execute a contract, if awarded on the basis of this bid. 3 To hold my prices firm for the duration of the initial term of the contract. Firm Submitting Bid: Individual Submitting Bid: Title Signature: Address: City/State: Zip Fax Telephone: EMAIL Address: Bid 24-49 Plumbing Services (Annual Contract) Page 43 BOARD OF PUBLIC EDUCATION FOR THE CITY OF SAVANNAH AND THE COUNTY OF CHATHAM SOLICITATION FORM 13 No Bid Statement Form In an effort to make the procurement of goods and services for the School District as competitive as possible, we are soliciting information from contractors and/or vendors who cannot bid. Your responsiveness and constructive comments will be appreciated. Completion of this form will assist us in evaluating factors which relate to the competitiveness of our bids. Please check any of the boxes below which may apply. Please explain any issues that you feel needs to be addressed. Ld Specifications- Restrictive, too tight, unclear, specialty item, geared toward one (1) brand or manufacturer only. (Please explain in detail below). Manufacturing- Unique item, production time for model has expired, etc. Bid Time- Insufficient time to properly respond to bid or Bid. Delivery Time- Specified delivery time cannot be met. Payment - Payment terms unacceptable. (Please be specific) Bonding - We are unable to meet bonding requirements. Insurance - We are unable to meet insurance requirements. Removal - Remove our firm from your bidders list for the particular commodity or service. Keep - Please keep our company on your bidders list for future reference. Project is: / Too Large / Too Small / Site or Location is Too Distant DOOcceoeoceco Miscellaneous - Do not wish to bid, do not handle this type of item(s) or services, unable to compete, Contract clauses are unacceptable, etc. (Please be specific) VENDOR STATEMENT: CONSTRUCTION PROJECTS ONLY: Our Company is interested in this project as a: Q) Prime Contractor (4 Sub-Contractor C) Supplier/Distributor Signature/Title Company Name Telephone Number Solicitation Form 13 Bid 24-49 Plumbing Services (Annual Contract) Page 44

208 Bull Street Savannah, GA 31401Location

Address: 208 Bull Street Savannah, GA 31401

Country : United StatesState : Georgia

You may also like

MICROFLUIDIZER M110P ANNUAL SERVICE PREVENTATIVE MAINTENANCE.

Due: 30 Nov, 2024 (in 7 months)Agency: AGRICULTURAL RESEARCH SERVICE

ANNUAL AND SEMI-ANNUAL SEWER MAINTENANCE

Due: 30 Jun, 2025 (in 14 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

PLUMBING SERVICES (CONTRACT LABOR)

Due: 31 Dec, 2024 (in 8 months)Agency: Alachua County Public Schools

Please Sign In to see more like these.

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