Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
INVITATION FOR BIDS
For Grass Mowing and Landscape Maintenance at
Greenville-Spartanburg International Airport
The Greenville-Spartanburg Airport District hereby invites firms having the necessary qualifications to bid for Grass Mowing and Landscape Maintenance at the Greenville-Spartanburg International Airport. Bids must be submitted via mail or in person to the Greenville-Spartanburg Airport District, 2000 GSP Drive, Suite 1, Greer, SC 29651. No bid will be received unless it is contained in a sealed envelope marked on the outside thereof "Bids for Grass Mowing and Landscape Maintenance at the Greenville-Spartanburg International Airport”. The District will receive bids until 2:00 pm on Thursday April 30th, 2015 at the Airport District Office at which time they will be opened and read aloud publicly. The Airport District reserves the right, at its discretion, to reject any and all bids. A Mandatory Pre-Bid Conference will be held at the Airport District Office, at the aforementioned above address, on Thursday April 9th, 2015 at 10:00 o'clock a.m. Bid packages are available at www.gspairport.com or can be picked up at the GSP Airport District Office for a cost of $35.00. For further information or questions, call Jody Taylor at (864) 848-6244 or Josh Waldrep at (864) 848-6242.
GREENVILLE-SPARTANBURG INTERNATIONAL AIRPORT
SPECIFICATIONS FOR
GRASS MOWING AND LANDSCAPE MAINTENANCE
These specifications have been prepared with emphasis placed on the care and maintenance of the
turf areas at the Greenville-Spartanburg International Airport. With the many users and visitors at
the airport, it is very important to provide a neat and well maintained lawn.
1. Mowing shall be conducted as designated on the Airport Layout Plan, using a sharp, properly
adjusted mower. Mowing shall occur as indicated either once every seven days, once every two
weeks, once every thirty days (March through November). Trimming/ weed-eating (fence
lines, trees, mulch rings and bed lines) shall be done at the same interval. In the off season
(December through February) the contractor shall inspect the property with airport personnel every
14 days and mow those areas identified on Exhibit A-1 when deemed necessary by the airport.
2. The areas around the District Office, the Flagpole in front of the Terminal Building, grass area in
front of Garage B, grass in front of South Cargo Building, Burford Holly Island near Garage A, and
the Water Feature Area along with the Median on Aviation Dr. shall be mowed with a walk behind
mower, with all grass clippings bagged. The area around the fountain shall be mowed with a riding
mower with all clippings bagged. In other areas on Exhibit A, removal of grass clipping should not
be necessary if turf is mowed at proper intervals and height. However, at any time clippings are
excessive as determined by the airport, they shall be removed. (In areas on Exhibit B (North Cargo
Center), Exhibit D (Rental Car Service Centers), and Exhibit E (Economy Parking Lot) clippings
will not be removed. In areas where mulching mowers are allowed, turf must be dry when mowed.
Matted clippings will not be acceptable. All areas colored brown on Exhibit C shall be mowed using
a walk behind mower with clippings bagged. All areas colored orange on Exhibit G-6 shall be
mowed using a push mower with clippings bagged.
3. Warm season grass (Bermuda) shall be mowed 2 inches in the summer. Cool season grass (Fescue)
will be mowed at 3 inches. Winter rye grass shall be mowed at 3 inches.
4. The contractor shall edge all curbs and sidewalks in all Exhibits by the use of a vertical cut machine.
The edging shall be done every week during the growing season.
5. Litter (debris, trash, twigs, sticks etc.) shall be picked up and removed in all areas prior to mowing.
6. Grass clippings and debris on the sidewalks, roads, and curbs shall be blown off before the
contractor leaves that specific area.
7. The contractor shall furnish all supplies and equipment necessary to complete the job, and submit a
list of all equipment to be used at the airport. A visual inspection of the contractor’s equipment may
be required. All contractors’ equipment shall be removed from airport property when mowing has
been completed each week.
8. A mowing schedule shall be submitted to the airport. The contractor shall furnish sufficient
personnel and equipment to complete the mowing within 3 days once started, thus providing
a neat uniform appearance of all airport grounds.
9. The contractor’s employees shall be required to wear clean, neat, uniforms provided by the
contractor, and approved by the District. Contractor shall also furnish their employees with all the
necessary PPE (Personal Protective Equipment) as specified by the Equipment Manufacturer.
Contractor will be responsible for ensuring that their employee’s wear all PPE required for safe
operation of equipment.
10. The Contractor will be performing work inside the security sensitive areas of the airport. The
contractor will be required to have a minimum of One (1) employee on their staff badged to enter
these areas. This employee must be able to obtain security clearance through Criminal History
Records Check (CHRC), Security Threat Assessment (STA) and obtain GSP provided SIDA
training. At present there is a $56.00 fee assessed per badge that will have to be renewed bi-
annually. Upon termination of employment, voluntary or involuntary the ID Badge must be
returned to the badging office and another employee will have to be badged. GSP will not cover
the cost pertaining to lost or damaged badges and will be replaced at an additional cost to the
contractor.
11. Special effort shall be made to complete mowing by 3:00PM on Thursday allowing time
for a weekly inspection with an airport representative. Any discrepancies noted shall be
addressed and corrected by 3:00 PM on the following day. The contractor will also be
responsible for turning in a grass cutting form after each mowing and/or after each visit during
the off season for all areas with an airport representative’s signature. Failure to submit this form
will result in nonpayment for that cutting.
12. The contractor shall protect the airports property from damage; (due to his work methods,
procedures and workmen) including building surfaces, finishes, irrigation systems, landscape
lighting, equipment, signs and sign posts, fencing and other components. The contractor shall repair
any and all damage to District property incurred by the contractors mowing equipment. The
contractor shall replace trees, shrubs, plants, mulch and grass damaged by the contractor. The
contractor shall repair/fill all ruts and abrasions caused by the contractors mowing equipment. If any
damages are not repaired within thirty days, the Airport District shall make such repairs and deduct
the cost from the contractors invoice.
13. Exhibit F – (Weed Control and Mulching), will be performed as needed in these areas to keep
beds free of weeds. Herbicide applications will be allowed but must be approved by GSP prior to
the application. An MSDS and Product Label must accompany any product used on the airport and
the product must be labeled for the application. The applicator or contractor must possess a
valid SC Commercial Pesticide Applicators License. Hand weeding is encouraged and will be
necessary in some applications. Mulch all areas within Exhibit F with double ground
hardwood mulch two inches deep annually during the month of March. A sample of the mulch
product must be submitted prior to application for approval.
14. Exhibit G will consist of six (6) parts, G1 thru G6. These parts will consist of providing the
mowing as described and indicated on each map labeled (Exhibit G1, G2, G3, G4, G5 and
G6).
15. Interested parties will be required to complete a Contractor Pre-Qualification / Eligibility form
located in the bid package.
INSTRUCTIONS TO BIDDERS
I. GENERAL
A. The contract will be for Thirty-Six Months beginning on July 1, 2015 and terminating on
June 30, 2018.
B. The contract will be bid in eleven parts, Part-A will consist of providing the mowing as
described in the specifications and shall include all areas indicated on Exhibit A & A-1.
(Airport Terminal Area)
Part-B will consist of providing the mowing as described in the specifications and shall
include all areas indicated on Exhibit B (North Cargo Center).
Part-C will consist of providing the mowing as described in the specifications and shall
include all areas indicated on Exhibit C (FedEx Area).
Part-D will consist of providing the mowing as described in the specifications and shall
include all areas indicated on Exhibit D (Rental Car Service Centers).
Part-E will consist of providing the mowing as described in the specifications and shall
include all areas indicated on Exhibit E (Economy Parking Lot).
Part-F will consist of weed control and one (1) annual mulching as described in the
specifications in all bed areas around bridges and around trees planted near Interstate 85 as
indicated on Exhibit F (Weed Control and Mulching).
Part-G will consist of six (6) parts, G1 thru G6. These parts will consist of providing the
mowing as described and indicated on each map labeled Exhibit: G1, G2, G3, G4, G5, G6.
C. Examination of Conditions Affecting Work:
Prior to submitting a Proposal, each Bidder shall examine and thoroughly familiarize
himself with existing conditions of all areas to be maintained. Bidders shall also be familiar
with all applicable laws, codes, ordinances, rules and regulations that will affect his work.
Bidders shall visit the airport site, to acquaint themselves with the nature and extent of work
involved. Interested bidders must arrange inspection visits to the airport by contacting one of
the following: Jody Taylor (864) 848-6244 or Josh Waldrep (864) 848-6242. A mandatory
Pre-Bid Conference will be held at the Airport District Office, 2000 GSP Drive, Suite 1,
Greer, SC 29651 on April 9th 2015, at 10:00 o’clock a.m.
D. Nondiscrimination and Segregated Facilities:
The CONTRACTOR or his/her subcontractor shall not discriminate on the basis of race,
color, national origin, or sex in performance of this contract. The Contractor shall carry out
applicable requirements of 49CFR part 26 in the award and administration of this contract.
Failure by the CONTRACTOR to carry out these requirements is a material breach of this
contract, which may result in the termination of this contract or such other remedy as the
OWNER deems appropriate.
1
E. Compliance with Law:
(1) Bidders must comply with all state laws, and local ordinances.
F. General Bond Requirements:
(1) The bid bond shall be as specified, only the bid bond as bound within these documents
or a Certified Check is acceptable. (required by all bidders)
(2) A Performance Bond shall be as specified; renewed annually and maintained for the
duration of the contract. Only the bond forms bound herein will be acceptable. (required by
the successful bidder only)
G. INSURANCE REQUIREMENTS:
Each Contractor shall have in effect the following limits of insurance from an insurance
company authorized to write casualty insurance in the State of South Carolina:
(a) Workmen’s Compensation Insurance - Workmen's Compensation Insurance shall be
procured and maintained as required by South Carolina Statute, and Employer's Liability
Insurance shall be procured and maintained with a limit of not less than $500,000.00.
(b) Comprehensive General Liability Insurance - Comprehensive General Liability
Insurance shall be carried in the amount of:
(1) Bodily Injury
a. $500,000.00 each occurrence
b. $1,000,000.00 Aggregate
(2) Property Damage
a. $300,000.00 each occurrence
b. $500,000.00 each Aggregate
(c) Automobile Liability Insurance - Automobile Liability Insurance shall be carried in
the amount of $300,000.00 single limit bodily injury and property damage.
Automobile Liability Insurance shall cover liability arising out of the use of owned,
non-owned, and hired motor vehicles.
The cost of all insurance shall be included in the contractor's bid.
The contractor shall obtain in the name of the Airport, Owner's Protective Liability
Insurance which will have the limits of coverage as that required above for the
contractor.
2
The contractor shall not commence work until he has obtained all the insurance required herein. Insurance
shall be maintained in full force and effect until the contract has been fully and completely performed, as
evidenced by final acceptance payment. All insurance policies shall provide for a thirty (30) day written
notice to the owner in the event of any modifications, cancellation, or expiration of said policies. The
policies, or certificates of insurance, shall specifically name the Greenville-Spartanburg Airport District and
their officers and personnel, as additional insured parties.
II. PREPARATION AND SUBMISSION OF BIDS:
A. Sealed bids for Grass Mowing at the Greenville-Spartanburg International Airport will be
received until the time and the date stated in the "Invitation for Bids”.
B. The bid shall be on the "Bid Form" provided herein; no other forms will be accepted.
C. Each bidder shall submit their bid in a sealed envelope and marked at the lower left hand
corner "Bids for Grass Mowing” at the Greenville-Spartanburg International Airport, with
the name of the bidder.
D. The Bidder's envelope shall contain the signed original of the following documents:
Bid Form
Bid Bond or Certified Check
Non-Collusion Affidavit
Bidders Eligibility Form
E. Bids shall be submitted as indicated by the "Bid Form" and shall be signed in ink by an
official of the firm submitting the bid.
F. Erasures or other changes in the bid shall be explained or noted over the signature of the
bidder.
G. Bids containing reservations, conditions, omissions, unexplained erasures or alterations,
items not required in the bid, or irregularities of any kind, may be rejected by the Airport as
being incomplete and not qualified for consideration.
H. Each bid shall indicate the full business name and address of the bidder and shall be signed
by the Owner.
I. A bid submitted by a partnership shall list the names of all partners and shall be signed in
the partnership name by one of the members of the partnership.
J. A bid submitted by a Corporation shall be signed by the legal name of the Corporation,
followed by the state of incorporation and the title designation of the Corporation in legal
matters. The name of each person signing the bid shall be typed or printed below the
signature.
K. When requested by the Airport, a Power of Attorney or other satisfactory evidence of the
authority of the officer signing on behalf of the Corporation shall be furnished for the
Airport’s records.
3
L. The bid must be accompanied by a Bid Bond executed on the form provided or a Certified
Check payable to the Greenville-Spartanburg Airport in an amount equal to not less than
five percent (5%) of one third (1/3) of the total bid amount. (Example: 5% of the annual
bid amount) Bid Bond will be returned to all unsuccessful bidders. If a bidder is awarded
the contract, but fails, refuses, or neglects to execute the contract or to furnish the required
payment and performance bonds within ten (10) days after receipt of written notice of
award, then the amount of this Bond or check shall be paid to, or retained by, the Airport as
liquidated damages, although not as a penalty.
M. Interpretations and substitutions shall only be issued by addendum to the documents. All
addenda shall become a part of the documents. Receipt of addendum’s shall be
acknowledged on the Bid Form.
N. The bidder is required to fill in all the blank spaces on the Bid Schedule. Each bidder shall
complete all applicable blank spaces on the Bid Schedule sheet. All forms shall be
completed in ink or be typed.
III. INTERPRETATIONS:
A. Each Bidder shall carefully examine the Specifications, Contract Documents, and all other
addenda or other revisions and thoroughly familiarize himself with the detailed requirements
prior to submitting a Bid. Should a Bidder find discrepancies or ambiguities in, or omission
from Bidding Documents, or should be in doubt as to their meaning, he shall at once and, in
any event not later than five (5) days prior to bid opening date, notify the Director of Airport
Facilities who will send written addenda to all bidders. The Director of Facilities will not be
responsible for any oral instructions. All addenda sent to bidders will become a part of
Contract Documents. All inquiries shall be directed to the Director of Facilities, Greenville-
Spartanburg Airport District, Telephone Number (864) 848.6241. No allowance will be
made after bids are received for oversight by Bidder.
B. Where a discrepancy occurs between the prices quoted in words and/or in numbers, the
words, unless obviously incorrect, shall govern.
IV. MODIFICATIONS AND/OR WITHDRAWALS OF PROPOSALS:
A. A bid may not be modified, withdrawn, or canceled by the bidder during a 60 calendar day
period following the time and date designated for the receipt of bids, and each bidder so
agrees in submitting his bid.
B. Negligence on the part of the Bidder in the preparation of his bid shall not be grounds for the
modification or withdrawal of a bid after the time set for bid opening.
4
V. BIDDERS QUALIFICATIONS:
A. Bidders will be considered only from responsible individuals, co-partnerships, corporations,
or other private organizations demonstrating that they have the ability to maintain a staff of
regular employees adequate to ensure continuous performance of the work. Labor relations
measured by standards of compensation, promptness in meeting obligations, and frequency
of personnel changes, among other things will be considered in determining whether a
bidder has an established operating organization.
B. Bids shall be restricted to bidders who have a home branch office located within 65 miles of
Greer, SC. Each bidder will be required to furnish with each bid the following:
C. Contractors must complete and submit a Bidder’s Eligibility Form with their bid. The form
is provided in this bid packet located in section “B”
VI. ACCEPTANCE/REJECTION OF BIDS:
A. The Airport proposes to award the contract to the lowest bidder submitting a reasonable bid.
B. The Airport reserves the right to reject any or all bids and to waive any formalities or
irregularities therein or to award or refrain from awarding a contract for either schedule.
C. Evaluation Criteria
1. Contractor’s familiarity with lawn maintenance.
2. Contractor’s capability to manage a project of this size and scope.
3. Supervisory capability.
4. Contractor’s safety record.
5. Technical capability and approach to meeting specification requirements.
6. Amount and type of equipment used.
7. Reasonableness of cost.
5
FORM OF NONCOLLUSION AFFIDAVIT
(This Affidavit is Part of Bid)
STATE OF
COUNTY OF
Being first duly sworn, deposes and says that he is
(Sole owner,
a partner, president, secretary, etc.)
of
the party making the foregoing Proposal or BID that such BID is genuine and not collusive or sham; that
said BIDDER has not colluded, conspired, connived, or agreed, directly or indirectly, with any BIDDER or
persons, to put in a sham BID, or that such other person shall refrain from bidding, and has not in any
manner, directly or indirectly sought by agreement or collusion, or communication or conference, with any
person, to fix the Bid Price of affiant or any other BIDDER, or to fix any overhead, profit or cost element of
said Bid Price, or of that of any other BIDDER, or to secure any advantage against OWNER any person
interested in the proposed Contract; and that all statements in said Proposal or Bid are true; and further, that
such BIDDER has not directly or indirectly submitted this BID, or the contents thereof, or divulged
information or date relative thereto to any association or to any member or agent thereof.
(Bidder)
Sworn to and subscribed before me this day of 2015.
Notary Public in and for
County
My Commission expires 20___ .
(Seal)
BID FORM
(Failure to furnish all requested data will be cause for considering Bidder nonresponsive and may render
this Bid invalid on that basis.)
FOR: Grass Mowing and Landscape Maintenance
Greenville-Spartanburg International Airport
SUBMITTED TO: Greenville-Spartanburg Airport District
2000 GSP Drive, Suite 1
Greer, SC 29651
SUBMITTED BY: ___________
Bidder's Name
_________________
Address
_________________
City, State and Zip Code
1. The undersigned, hereinafter called Bidder, in compliance with the "Notice to Bidders," accepting
all of the terms and conditions of the "Instructions to Bidders," including without limitation those
dealing with the disposition of Bid Security; proposes and agrees, if awarded the Contract, to enter
into an Agreement with the Owner in the form of Agreement included in the Contract Documents,
to furnish all materials, equipment, machinery, tools, apparatus, means of transportation and labor
necessary to complete the work to be performed under this Contract within the Contract Time
indicated in this Bid, in full and complete accordance with the shown, noted, described and
reasonably intended requirements of the Contract Documents, to the full and entire satisfaction of
the Owner, for the amounts contained in the Bid Schedule.
2. This Bid will remain open for 60 days after the day of Bid opening. If awarded a contract, Bidder
will sign the Agreement and submit the Contract Security and other documents required by the
Contract Documents within 10 days after the date indicated in Owner's Notice of Award.
3. In submitting this Bid, Bidder represents that:
(a) Bidder has become thoroughly familiar with the terms and conditions of the proposed Contract
Documents accepting the same as sufficient to indicate and convey understanding of all the
conditions and requirements under the Contract which will be executed for the work.
(b) Bidder has examined the area where the Work is to be performed, the legal requirements
(federal, state and local laws, ordinances, rules and regulations) and the conditions affecting cost,
progress or performance of the Work and has made such independent investigations, as Bidder
deems necessary.
B-1
(c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or
corporation and is not submitted in conformity with any agreement or rules of any group,
association, organization or corporation: Bidder has not directly or indirectly induced or solicited
any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm
or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself
any advantage over any other Bidder or over Owner.
(d) No member of the Commission or other officers or employees of said Owner is interested
directly or indirectly in the Bid or in any portion of the Bid nor in the Contract or any part of the
Contract which may be awarded the undersigned on the basis of such Bid.
(e) The description under each bid item, being briefly stated, implies, although it does not mention,
all incidentals and that the prices stated are intended to cover all such work, materials and
incidentals as constitute Bidder's obligations as described in the Specifications, and any details not
specifically mentioned, but evidently included in the Contract shall be compensated for in the item
which most logically includes it.
(f) The Bid includes all sales taxes and other applicable taxes and fees.
4. BID SCHEDULE
The Bidder will provide a price for each aspect and a total shall be given as shown on the
Bid Schedule.
B-2
BID SCHEDULE
Mowing as indicated and described in the specifications and airport layout plan.
1. Part A - Exhibit A & A-1 (Terminal Area) Total Cost of Contract for 36 months __________.
2. Part B – Exhibit B (North Cargo Center) Total Cost of Contract for 36 months __________.
3. Part C – Exhibit C (FedEx Area) Total Cost of Contract for 36 months __________.
4. Part D – Exhibit D (Rental Car Service Centers) Total Cost of Contract for 36 months __________.
5. Part E – Exhibit E (Economy Parking Lot) Total Cost of Contract for 36 months __________.
6. Part F – Exhibit F (Weed Control & Mulching) Total Cost of Contract for 36 months __________.
7. Part G1 – Exhibit G1 (Highway 101) Total Cost of Contract for 36 months __________.
8. Part G2 – Exhibit G2 (Highway 14) Total Cost of Contract for 36 months __________.
9. Part G3 – Exhibit G3 (Industrial Drive Property) Total Cost of Contract for 36 months __________.
10. Part G4 – Exhibit G4 (Brockman McClimon Rd.) Total Cost of Contract for 36 months __________.
11. Part G5 – Exhibit G5 (Gateway Drive) Total Cost of Contract for 36 months __________.
12. Part G6 – Exhibit G6 (Facilities Admin. Bldg.) Total Cost of Contract for 36 months __________.
13. Total 36 month bid for all areas _____________.
14. The Owner reserves the right to exclude certain Exhibits from the Bid.
15. The Owner and Contractor hereby agree to increase or decrease the annual cost of the Contract in
the event the scope of the Contract is changed due to the addition or deletion of the area serviced.
The Contract may be adjusted in the amount of $ per 1,000 square feet for walk
behind mower/bagger or $ per 1,000 square feet for riding mower or $ per
1,000 square feet for string trimmer.
16. The Contractor is required to carry standard worker's compensation, employer's liability, public
liability and property damage insurance and to pay social security and South Carolina
Unemployment Compensation Insurance.
17. Execution of Contract: Bidder agrees that,
In case of failure on his part to execute the said Contract and Performance Bond within 10 days
after the date indicated in the "Notice of Award", the check or bid bond accompanying this Bid, and
the money payable thereon, shall be paid to the Owner as liquidated damages for such failure;
otherwise the Bid Bond or check accompanying this Bid shall be returned to the undersigned.
B-3
18. Bid Documentation: The following documents are attached to and made a part of this Bid:
(a) Non-collusion Affidavit
(b) Required Bid Security in the form of a Bid Bond or
Certified Check payable to the order of the
Greenville-Spartanburg Airport District.
(c) Bidder’s Eligibility Form
19. Bidder hereby acknowledges receipt of the following addenda:
Addendum No. Dated
______
______
20. The Bidder shall state on the line below, if a corporation, the name of state in which incorporated
and the date of said corporation.
Signed this day of , 20 .
Contractor
By:
(Signature of individual, partner or Officer Signing the Bid)
(Seal)
(Seal required if Bidder is a corporation.)
NOTE: If Contractor is a Corporation, Secretary should attest seal. Seal is required if Bidder is a
Corporation.
B-4
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned
as
Principal, and as
Surety, are hereby held and firmly bound unto
Owner in the penal sum of AN AMOUNT EQUAL TO 5% OF ONE THIRD OF THE TOTAL BID --
(Example: 5% of the annual bid amount) for the payment of which, well and truly to be made, we hereby
jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns.
Signed, this day of , 20 .
The conditions of the above obligations is such that whereas the Principal has submitted to
Greenville-Spartanburg Airport District certain BID, attached hereto and hereby made a part
hereof to enter into a Contract in writing for providing the grass mowing and landscape maintenance at the
Greenville-Spartanburg International Airport.
NOW THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the Form
of Agreement attached hereto (properly completed in accordance with said Bid) and for the payment
of all persons performing labor or furnishing materials in connection therewith, and shall in all other
respects perform the agreement created by the acceptance of said BID,
then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly
understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event,
exceed the penal amount of this obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that obligations of said Surety and its
Bonds shall be in no way impaired or affected by any extension of the time within which the Owner may
accept such BID; and said Surety does hereby give notice of any such extension.
IN WITNESS WHEREOF, the principal and the Surety have hereunto set their hands and seals, and
such of them as are corporations have caused their corporate seals to be unto affixed and these presents to
be signed by their proper officers, and day and year first set forth above.
B-5
By:
Principal
Surety
By:
(SEAL)
(1) Date of Bond must be same date as Bid.
(2) Bond must be signed or countersigned by Surety's proper South Carolina Registered
Agent. Date of Power-of-Attorney shall be same date as date of Bond.
(3) If a Partnership, all partners shall execute Bond.
B-6
Grass Mowing and Landscape Maintenance
BIDDER’S ELIGIBILITY FORM
1. Furnish the Organization’s name and principal address:
________________________________________________________________________
________________________________________________________________________
2. Does the Contractor possess a valid South Carolina Commercial Pesticide Applicators
License, a valid South Carolina Business License and all other applicable local, state and Federal
credentials?
( ) Yes
( ) No
3. How many years has your organization been in business as a Landscaping contractor?
________________________________________________________________________
4. How many years of experience has your organization had with related work to this RFB?
________________________________________________________________________
5. List below six (6) references for which similar work has been performed at a facility of
this size in the past two (2) years.
Company Name, Contact Name & Phone #:
___________________________________________________________________________
___________________________________________________________________________
___________________________________________________________________________
___________________________________________________________________________
___________________________________________________________________________
___________________________________________________________________________
___________________________________________________________________________
6. List the equipment that you possess that will enable you to perform the contract?
___________________________________________________________________________
___________________________________________________________________________
___________________________________________________________________________
___________________________________________________________________________
___________________________________________________________________________
___________________________________________________________________________
___________________________________________________________________________
B-7
7. How many employees does your organization have?
___________________________________________________________________________
8. What are your organization’s technical capabilities and approach to meeting the specification
requirements?
___________________________________________________________________________
___________________________________________________________________________
___________________________________________________________________________
___________________________________________________________________________
9. What are the capabilities and experience of the supervisory that will oversee this account?
___________________________________________________________________________
___________________________________________________________________________
___________________________________________________________________________
___________________________________________________________________________
10. Does the Contractor have or can they obtain the insurance coverage for this project as described in the
“Instruction to Bidders” section of the bid documents?
( ) Yes
( ) No
11. In the last five years has any insurance carrier, for any form of insurance, refused to renew the insurance
policy for the Contractor?
( ) Yes
( ) No
If “yes,” give name, the insurance carrier, the form of insurance and the year of the refusal.
_______________________________________________________________________
_______________________________________________________________________
12. Has the Contractor been required to pay a premium of more than one per cent (1%) for a performance
and payment bond on any project(s) on which the contractor worked at any time during the last three
years?
( ) Yes
( ) No
B-8
13. Has a surety firm completed a contract on behalf of the Contractor, or paid for completion because the
firm was default terminated by the project owner within the last five (5) years?
( ) Yes
( ) No
14. During the last five years, has your firm ever been denied bond coverage by a surety company?
( ) Yes
( ) No
If “yes,” indicate the date when your firm was denied coverage and the name of the company or
companies that denied coverage; and the period during which you did not a surety bond in place.
___________________________________________________________________________________
___________________________________________________________________________________
___________________________________________________________
15. Furnish a letter from the organization’s bonding company, not the agent, indicating their willingness to
furnish a 100% payment and performance bonds for this project. For the purpose of this letter, assume a
total contract amount of $50,000 to $80,000.
16. At the time of submitting this Bidder’s Eligibility Form, is the Contractor ineligible to bid on or be
awarded a public contract in the state of South Carolina?
( ) Yes
( ) No
17. Has South Carolina OSHA cited and assessed penalties against the Contractor for any “serious,”
“willful” or “repeat” violations of its safety or health regulations in the past five years?
NOTE: If you have filed an appeal of a citation, and the Occupational Safety and Health Appeals
Board has not yet ruled on your appeal, you need not include information about it.
( ) Yes
( ) No
If “yes,” provide a brief explanation of the citation. Use additional sheets if necessary.
___________________________________________________________________________________
___________________________________________________________________
B-9
18. Has the federal OSHA cited and assessed penalties against the Contractor Firm in the past five years?
NOTE: If you have filed an appeal of a citation and the Appeals Board has not yet ruled on your
appeal, or if there is a court appeal pending, you need not include information about the citation.
( ) Yes
( ) No
If “yes,” describe each citation. Use additional sheets if necessary.
___________________________________________________________________________________
___________________________________________________________________________________
___________________________________________________________________________________
___________________________________________________
CERTIFICATION
I, undersigned, on behalf of the Contractor, certify and declare that I have read all the foregoing answers to
this Bidder’s Eligibility Form and know their contents. The matters stated in the answers are true of my
own knowledge and belief, except as to those matters stated on information and belief, and as to those
matters I believe them to be true. I declare under penalty of perjury under the laws of the State of South
Carolina that the foregoing is correct.
_____________________________
(Printed name)
____________________________
(Signature) (Date) _____________________________
B-10
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: That we, , as
Principal, also referred to as Contractor, and , as Surety, are held and firmly
bound unto GREENVILLE-SPARTANBURG AIRPORT DISTRICT, as owner, in the full sum of 1/3 of
the total contract price for the payment of which well and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these
presents.
WHEREAS, the above bound Principal has entered into a contract which the Owner dated the
day of _______________________, for________________________________________
_____________________________________________________________________________________
_____________________________________________________________________________________
NOW, THEREFORE, the conditions of this obligation are such that if the above bound Principal shall
faithfully and fully comply with the terms and conditions of said contract, including, but not limited to, any
obligations created by way of warranties and/or guarantees for workmanship and materials which warranty
and/or guarantee may extend for a period of time beyond completion of said contract, and such alterations
or additions as may be made therein or in the plans and specifications, and shall indemnify and save the
Owner harmless against any claims for using any form of material, process, composition or anything which
is patented, and likewise indemnify and save the Owner harmless against all claims for damages by reason
of any default or negligence, want of skill or care on the part of said Principal or Agents in and about the
performance of said contract, and shall comply with all laws pertaining to said work, and shall comply with
and perform any and all warranties and/or guarantees provided for in said contract, then this obligation shall
be void; otherwise of full force and effect.
PROVIDED, further that upon either the default of the Principal, or the failure of the said Principal
to promptly and efficiently prosecute said Work, in any respect, in accordance with the Contract
Documents, the above bound Surety shall either remedy the default of the Principal or shall take charge of
said Work and complete the Contract at his own expense, pursuant to its terms, receiving, however, any
balance of the funds in the hands of said Owner due under said contract.
It shall be the duty of the Surety to give an unequivocal notice in writing to the Owner within ten
(10) days after receipt of a declaration of default of the Surety's election either to remedy the default of
defaults promptly or to perform the contract promptly, time being of the essence. In said notice of election,
the Surety shall indicate the date on which the remedy or performance will commence, and it shall then be
the duty of the
Surety to give prompt notice in writing to the Owner immediately upon completion of (a) the
remedy and/or correction of each default, (b) the remedy and/or correction of each item of condemned
work, (c) the furnishings of each omitted item of work, and (d) the performance of the contract. The Surety
shall not assert insolvency of its Principal as justification for its failure to give notice of election or for its
failure to promptly remedy the default or defaults or perform the contract.
PB-1
In the event said Principal shall fail or delay the prosecution and completion of said Work and said
Surety shall also fail to act promptly as hereinabove provided, then the Owner shall cause ten (10) days
notice of such failure to be given, both to said Principal and Surety, and at the expiration of said ten (10)
days, if said Principal or Surety do not proceed promptly to execute said Contract, the Owner shall have
authority to cause said Work to be done and when the same is completed and the cost thereof estimated, the
said Principal and Surety shall and hereby agree to pay any excess in the cost of said Work above the
agreed price to be paid under said contract.
Upon completion of said Contract pursuant to its terms, if any funds remain due on said Contract,
the same shall be paid to said Principal or Surety.
The said Principal and Surety further agree as part of this obligation to pay all such damages of any
kind to person or property that may result from a failure in any respect to perform and complete said
Contract including, but not limited to, all repair and replacement costs necessary to rectify construction
error, architectural and engineering costs and fees, all (but not limited to) consultant fees, all testing and
laboratory fees, and all legal fees and litigation costs incurred by the Owner.
The decision of the Owner, upon any disputed questions connected with the execution of said
contract, or any failure or delay in the prosecution of the Work by said Principal or Surety, shall be final and
conclusive.
The Surety agrees that other than as is provided in this bond it may not demand of the Owner that
the Owner shall (a) perform any thing or act, (b) give any notice (c) furnish any clerical assistance, (d)
render any service, (e) furnish any papers or documents, or (f) take any other action of any nature or
description which is not required of the Owner to be done under the contract documents.
IN WITNESS WHEREOF, the Surety and Principal have executed this instrument under their
several seals this day of , 20 , the name and corporate seal of each
corporate party being hereto affixed and these presents duly signed by its undersigned representative,
pursuant to authority of its governing body.
PB-2
In the Presence of:
PRINCIPAL:
By:
Witness
SURETY:
By:
Witness
NOTE: (a) Where the Performance Bond is executed by an attorney-in-fact, there shall be attached to
each copy of the Bond a certified copy of Power of Attorney properly executed and dated.
(b) Each copy of the Bond shall be countersigned by an authorized agent of the bonding
company licensed to do business in South Carolina. The title of the person countersigning the
Bond shall appear after his or her signature.
(c) The seal of the bonding company shall be attached to each copy of the bond.
(d) The Contractor's signature on the bond shall correspond with the signature in the contract.
(e) The bond shall be accompanied by a corporate resolution (which may be combined with the
corporate resolution granting the signing officer authority to execute contracts) granting the
corporation officer who executes the Bond the authority to do so.
(f) Surety companies executing bonds must appear on the Treasury Department's most current list
(Circular 570 as amended) and be authorized to transact business in the state of South
Carolina.
PB-3
CONTRACT
THIS AGREEMENT is dated as of the 1st day of July in the year 2015 by and between the Greenville-
Spartanburg Airport District, (hereinafter called OWNER) and _____________________, (hereinafter
called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants
hereinafter set forth, agree as follows:
Article 1. Work
CONTRACTOR shall complete all work as specified or indicated in the Contract Documents. The work is
generally described as follows:
Providing Grass Mowing and Landscape Maintenance at the Greenville-Spartanburg International
Airport
The contractor further declares that he has examined the site of the work and has become thoroughly
familiar with all conditions pertaining to the place where the work is to be done. The contractor further
confirms that he has examined the plans and specifications for mowing and is satisfied relative to the work
to be performed.
Article 2. Inspection
All services required to be performed under this agreement shall be subject to inspection by a representative
of the Owner while in process or after completion. If any such services are found to be unsatisfactory and
not in accordance with the requirements of the contract, the Owner shall notify contractor and contractor
shall take immediate steps for corrective action. One day per week, after mowing is complete
representatives of the Owner and Contractor shall inspect those areas serviced under this contract to
ascertain the quality and acceptability of the work performed or in process of being performed. Owner will
present to Contractor a list of deficiencies. Such defects or deficiencies shall be corrected immediately by
the contractor. Upon completion, Contactor will submit back to the Owner the list of deficiencies with his
certification that they have been completed. Failure to correct deficiencies may result in reduction of the
monthly invoice amount.
Article 3. Personnel
The parties to this Contract intend that the Contractor’s legal relationship to the Owner is that of
Independent Contractor. No agent, employee or servant of Contractor shall be or shall be deemed to be the
employee, agent or servant of the Owner. The Owner is interested only in the results obtained under this
Contract, the manner and means of conducting the work are under the sole control of the Contractor. None
of the benefits provided by Owner to its employees, including, but not limited to Worker’s Compensation
Insurance and Unemployment Insurance are available from the Owner to the employees, agents or servants
of Contractor. Contractor will be solely and entirely responsible for his acts and for the acts of his agents,
employees, servants and subcontractors during the performance of this Contract. Contractor shall be
responsible for his personnel being supervised and for proper personal conduct of all of his personnel while
on the airport premises. All contractor employees are required to wear a uniform, approved by the Owner
and the necessary PPE provided by the Contractor.
C-1
3.1 Nondiscrimination and Segregated Facilities
The CONTRACTOR or his/her subcontractor shall not discriminate on the basis of race,
color, national origin, or sex in performance of this contract. The Contractor shall carry out
applicable requirements of 49CFR part 26 in the award and administration of this contract.
Failure by the CONTRACTOR to carry out these requirements is a material breach of this
contract, which may result in the termination of this contract or such other remedy as the
OWNER deems appropriate.
Article 4. Supplies and Equipment
The contractor will furnish all supplies and equipment necessary for completing the job and
submit a list with this contract of all supplies and equipment to be used in support of this
contract. All such supplies/equipment will be subject to Owners approval. The contractor
shall assume full responsibility for protection, storage, safety and damage to supplies and
equipment.
Article 5. Protection of Airport Property
The contractor shall protect from damage due to his work methods, procedures and
workmen the Owners property including building surfaces, finishes, irrigation systems,
landscape lighting, equipment, signs and sign post, fencing and other components. The
contractor shall be responsible for repairs needed to any of the above. The Contractor shall
replace trees, shrubs, plants, mulch and grass damaged by the contractor. The contractor
shall repair/fill all ruts and abrasions caused by the contractors equipment. If any damages
are not repaired within thirty days, the Owner shall make such repairs and deduct the cost
from the contractors monthly invoice.
Article 6. Contract Price
Owner shall pay to Contractor on a monthly basis for completed work at stipulated price
agreed upon. Payment will be made by the 15th of the following month.
$ ___ ________ per month $ ___ per year.
6.1 Terms: The term of this Contract shall be for three (3) years from its effective date unless
terminated by either party giving a 60 day notice. This Contract may be extended for an
additional two (2) year term at the sole discretion of the airport. The Contractor and Owner
shall agree on a revised cost prior to any extension. The contract will begin on July 1, 2015
and end on June 30, 2018.
Article 7. Contractor's Representations
In order to induce OWNER to enter into this Agreement CONTRACTOR makes the
following representations:
C-2
7.1 CONTRACTOR has familiarized itself with the nature and extent of the Contract Documents,
work, site, locality, and all local conditions and laws and regulations that in any manner may
affect cost, progress, performance of furnishing of the work.
Contractor has the necessary personnel and equipment to satisfy the requirements of the
Contract as described in the specifications.
Article 8. Contract Documents
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the WORK CONSIST OF THE FOLLOWING:
8.1 This agreement (pages C-1 to C-6, inclusive).
8.2 Performance Bond.
8.3 Technical Specifications for mowing.
8.4 Drawings for mowing.
8.5 CONTRACTOR'S BID (pages B-1 to B-10, inclusive).
8.6 The following which may be delivered or issued after the effective date of the Agreement
and are not attached hereto: All Written Amendments and other documents amending,
modifying, or supplementing the Contract documents.
There are no Contract Documents other than those listed in this Article 8.
Article 9. Insurance Requirements:
Contractor shall provide and keep in full force and effect at all times, at Contractor’s sole
expense, insurance coverage from a company acceptable to the Owner and naming the
Owner as Co-Insurer, for the following amounts and types.
a) Worker’s Compensation Insurance –Worker’s Compensation Insurance shall be procured and
maintained as required by South Carolina Statute, and Employer’s Liability Insurance shall
be procured and maintained with a limit of not less than $500,000.00
b) Comprehensive General Liability Insurance - Comprehensive General Liability Insurance
shall be carried in the amount of.
(1) Bodily Injury
a. $ 500,000.00 each occurrence
b. $ 1,000,000.00 Aggregate
(2) Property Damage
a. $ 300,000.00 each occurrence
b. $ 500,000.00 Aggregate
c) Automobile Liability Insurance - Automobile Liability Insurance shall be carried in the
amount $300,000.00 single limit bodily injury and property damage. Automobile Liability
of Insurance shall cover liability arising out of the use of owned, non-owned, and hired
motor vehicles.
C-3
Article 10. Noncompliance With The Contract:
10.1 In the event the Contractor shall fail to comply with its obligations hereunder, or otherwise
be in default under this Contract, then the Owner shall have the right to terminate this
Contract unless the Contractor shall correct or cure the non-compliance or default within
thirty days after receipt of a written notice from Owner specifying the nature of the non-
compliance or default. The decision as to whether the Contractor sufficiently cures any
noted deficiency or default shall be solely in the discretion of the Owner; provided the
Owner shall exercise reasonable judgment in making such determination.
In addition to the remedy specified above, Owner shall also have the right to employ and
utilize the services of one or more additional parties to cure any deficiency or problem
which is not promptly cured by the Contractor; and the cost of any such curative action shall
be the responsibility of the Contractor. If the Contractor fails to pay any such charge when
requested by Owner, then the Owner shall have the right to deduct the amount from the fees
and charges payable to the Contractor hereunder.
Article 11. MISCELLANEOUS
The Owner and Contractor hereby agree to increase or decrease the annual cost of the
Contract in the event the scope of the Contract is changed due to the addition or deletion of
the area serviced. The Contract may be adjusted in the amount of $ per 1,000
square feet for walk behind mower/bagger or $ per 1,000 square feet for
riding mower or $ __ per 1,000 square feet for string trimmer.
11.1 No assignment by a party hereto of any rights under or interests in the contract
documents will be binding on another party hereto without the written consent of the party
sought to be bound; and specifically but without limitation monies that may become due
and monies that are due may not be assigned without such consent (except to the extent that
the effect of this restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment no assignment will release or discharge the
assignor from any duty or responsibility under the Contract Documents.
C-4
11.2 OWNER and CONTRACTOR each bind itself, its partners, successors, assigns and legal
representatives to the other party hereto, its partners, successors, assigns and legal representatives in
respect.
This agreement will be effective on July 1, 2015 and end on June 30, 2018.
OWNER: CONTRACTOR:
GREENVILLE-SPARTANBURG
AIRPORT DISTRICT
By: By:
Attest: Attest:
Address for giving notices: Address for giving notices:
2000 GSP Drive Suite 1 ____________
Greer, South Carolina 29651 _______________
C-5
CERTIFICATE OF OWNER'S ATTORNEY
I, the undersigned, , the duly authorized and
acting legal representative of , do hereby certify as follows:
I have examined the foregoing Contract Agreement(s) and Surety Bonds and the manner of
execution thereof, and I am of the opinion that each of the aforesaid agreements has been duly executed by
the proper parties thereto acting through their duly authorized representatives; that said representatives have
full power and authority to execute said agreements on behalf of the respective parties named thereon; and
that the foregoing agreements constitute valid and legally binding obligations upon the parties executing the
same in accordance with terms, conditions and provisions thereof.
Dated at , this day of , 20 .
Signature:
Title:
C-6