THIS IS NOT AN ORDER *VENDOR ORIGINAL

*ONE VENDOR ORIGINAL & ONE VENDORCOPY TO BE *VENDOR COPY


/

INVITATION

FOR BID

(IFB) / FORMAL SEALED BID (X) REQUEST FOR QUOTE ( )
BIDS SHOULD BE MAILED TO: Purchasing Department
BeaufortCounty
Phone: (843) 255-2350 P.O. Drawer 1228
Beaufort, SC29901-1228
HAND DELIVERED AND/OR Purchasing Department
EXPRESS MAIL BIDS TO: BeaufortIndustrialVillage
102 Industrial Village Rd.., Bldg. 3
(FAX BID NOT ACCEPTED) Beaufort, SC29906-4291

*BIDS WILL BE RECEIVED UNTIL 3:00 P.M. ON:

February 23, 2012
LOCAL TIME-THEN PUBLICLY OPENED IF SEALED BID / Bid No. (No., Date, Time of Opening and State License Numbers to be shown on Envelope)
IFB # 1071/120220
BID TITLE: IFB for Termite Control Services for Beaufort County
PREBID CONFERENCE: A Non-Mandatory Pre-Bid Conference will be held in the BIV#3 Conference Room on Tuesday, February 7, 2012 at 2:00 pm. The conference room is located in building #3, Beaufort Industrial Village, 102 Industrial Village Road, Beaufort, SC 29906
David L. Thomas, CPPO
Purchasing Director / Mailing Date / FAX or E-MAIL QUESTIONS TO:
Dave Thomas – (843) 255-9437

Richard Hineline – (843) 255-9437

At least calendar 10 days before bid opening. E-mail questions are preferred.
VENDOR NAME / REASON FOR NO BID
VENDOR MAILING ADDRESS / Amend Number(s) Received:
CITY-STATE-ZIP-CODE / S.C. TAX NO.
Telephone Number ( ) / FEDERAL I.D. OR SOCIAL SECURITY NO.
Toll-Free Number ( )
Fax Number ( )
I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm or any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder. / AUTHORIZED SIGNATURE (MANUAL)
AUTHORIZED SIGNATURE (TYPE/TITLE
Bid Security is attached (if required) in the amount of:
5% of Bid if over $30,000.00.

Dates Advertised: SUBMITTED BY EACH BIDDERPage 1 of 22 Pages

IF A SUMMARY OF BIDS IS DESIRED, ENCLOSE A SELF-ADDRESSED STAMPED

BID ACCEPTANCE AND DELIVERY (Prices bid must be firm for a minimum of 90 days). In compliance with the Invitation, and subject to all conditions thereof, the above signed offers and agrees, if this bid is accepted within ____ days from date of opening, to furnish any or all items quoted on at prices as set forth after the item and to make delivery within ___ days after receipt of order with transportation cost included and prepaid. Unless otherwise stated and accepted herein, I agree to complete this proposed contract in less than sixty (60) days after issue date of purchase order.The BeaufortCountySchool District or any other Beaufort County Department at their option, shall be eligible for use of any contract awarded pursuant to this solicitation.

I M P O R T A N T

IF YOU CONSIDER THESE SPECIFICATIONS AS RESTRICTIVE,

SEE GENERAL PROVISIONS, PARAGRAPH #20, DISCREPANCIES.

* Bids received after the time specified for opening cannot be considered and will be returned to the bidder unopened.

BID SCHEDULE

PRICES INDICATED HEREIN REFLECT STRICT COMPLIANCE WITH TERMS, CONDITIONS, PROVISIONS AND SPECIFICATIONS OF THIS INVITATION FOR BID, OR WITH EXCEPTION DETAILED IN AN ENCLOSURE APPENDED HERETO.

NO. / LOCATION FOR SERVICE / SITE TREATMENT PER LINEAR FOOT / COST
FOR
INSPECTION
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17. / BeaufortCounty Administration Bldg
County Courthouse
DetentionCenter
Law Enforcement Bldg
Arthur Horne Bldg
Beaufort Federal Courthouse
Lady’s IslandAirport – TerminalBuilding
Hilton Head IslandAirport – Air Traffic Control Tower
Hilton Head IslandAirport – Airport Terminal
Hilton Head IslandAirport – Airport Fire Station
Hilton Head Library
Bluffton Library
Beaufort Library
Pals Port Royal Center
BIV # 1
BIV # 2
BIV # 3 / $______
$______
$______
$______
$______
$______
$______
$______
$______
$______
$______
$______
$______
$______
$______
$______
$______/ $______
$______
$______
$______
$______
$______
$______
$______
$______
$______
$______
$______
$______
$______
$______
$______
$______

BID

A BID SURETY IS REQUIRED IF THE TOTAL BID AMOUNT IS OVER $30,000 FOR THIS BID IN THE FORM OF A BIDDER’S BOND, CASHIER’S CHECK OR CERTIFIED CHECK IN AN AMOUNT OF 5% OF THE BID AMOUNT, PAYABLE TO THE BEAUFORT COUNTY TREASURER.

I, the undersigned, certify that this bid does not violate any Federal or State Antitrust Laws.

Bidders Federal Social Security Identification (E.I.) No.

(Company Name)

(Mailing Address)

(Street Address)

(CITY/STATE/ZIP)

BY______TITLE

(Please print)

(Signature – Bids Must Be Signed)

TELEPHONE______DATE

FAX #:

EMAIL ADDRESS:

LOCAL VENDOR PREFERENCE – PARTICIPATION AFFIDAVIT

SECTION 2.537.1

A competitive procurement made by Beaufort County shall be made from responsive and responsible resident vendors in the County for procurement, if such bid does not exceed the lowest qualified bid from a non-county vendor by more than five (5%) percent or Ten Thousand ($10,000.00) Dollars, whichever is less, of the lowest non-county bidder. The resident vendor has the discretion to match the bid submitted by the non-county vendor and receive the contract award.

A vendor shall be deemed to be a "local vendor" if such vendor is an individual, partnership, association or corporation that is authorized to transact business within the state, maintains an office in Beaufort County, has a business license of Beaufort County or one of the municipalities within Beaufort County, and maintains a representative inventory of commodities within Beaufort County or one of the municipalities on which the bid is submitted and has paid all taxes duly assessed.

If no bids are received from a Beaufort County Local Vendor a vendor shall be deemed to be a "local vendor" if such vendor is an individual, partnership, association or corporation that is authorized to transact business within the state, maintains an office in Jasper, Hampton, and Colleton Counties (local preference only applies if Jasper, Hampton and Colleton Counties offer reciprocity to Beaufort County). A competitive procurement made by the county shall be made from responsive and responsible resident vendors in the respective counties for procurement, if such bid does not exceed the lowest qualified bid from a non-local vendor by more than five (5%) percent or $10,000.00, whichever is less, local vendor has the discretion to match the bid submitted by the non-local vendor and receive the contract award.

If the procurement is to be made pursuant to state or federal guidelines which prohibit or restrict a local or state preference, there shall be no local or state preference unless a more restricted variation is allowed under the guidelines. Local/state preference shall not be applied to the procurement of construction services.

The undersigned hereby attests that the criteria of the “RESIDENT VENDOR PREFERENCE, SECTION 2.537.1” are met for the purposes of bid document ______, dated ______.

Company Name:Principal Name:

Company Address:

Secretary of State Designation: (Corporation, Individual, Partnership, other)

Beaufort CountyBusiness License/Classification:

Tax Obligation Current:

Signature of Principal/Date:

Witness/Date:

* Indicate if “add” or “deduct”

DEVIATIONS FROM TERMS, CONDITIONS, PROVISIONS, SPECIFICATIONS,

AND ENCLOSED CONTRACT

If you do not have any deviations, write “NONE.”

IFB #:______

PAGE # ITEM # DESCRIPTIONEXPLAIN DIFFERENCES BELOW

I agree to abide by all the terms, conditions, provisions, and specifications of this bid; except those as listed above.

Company

Authorized Signature

Date

1 | Page

R E F E R E N C E S

Each bidder shall furnish all information requested below. Bids shall be received from qualified contractors.

Years in business: ______

Please list at least five (5) customer references.

CompanyAddressContactPhone Number

Certification regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion

The bidder certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any State, Federal department, or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/bid.

State whether or not your company has been involved in any litigation within the past five (5) years, arising out of your performance. Circle Yes or No. If you answer yes, explain fully if it has been involved in any litigation involving performance.

P A G E S 1 T H R O U G H 11

T O B E R E T U R N E D

I N Y O U R S E A L E D

B I D P A C K AG E.

O T H E R P A G E S

S H A L L R E M A I N

P A R T O F

T H E B I D B Y

R E F E R E N C E,

A N D I T

I S N O T N E C E S S A R Y

T O R E T U R N T H E S E.

1 | Page

Special Terms and Conditions

1.1Intent of Specification – Beaufort County intends to contract with a termite control provider in order to have properly registered pesticides and the use of the contractor’s labor, tools, materials and equipment necessary to accomplish the termite control service for all areas and buildings specified herein including all rooms, closets, lounges, toilets, kitchens, hallways, stairwells, basements, attics, laboratories, plus any other building portion or part not specifically described herein.

1.2Definitions

1.2.1Termite control or treatment is defined as the use of properly registered pesticides and/or the use of approved devices to provide adequate levels of termite protection at BeaufortCounty premises.

1.2.2Termite inspection services are defined as the inspection of covered facilities for evidence of termite infestation.

1.2.3Remedial treatment is defined as the treatment of a specific area of a facility-not the entire facility.

1.3Inspection of Buildings – Vendor shall be responsible for assessing the size and conditions of all listed buildings prior to submitting the bid. Vendor’s failure to do so will not excuse the vendor from fulfilling the terms of the resulting contract.

1.4Contract Period – BeaufortCounty intends for this contract to cover a one-year period. At the end of the first year, the contract may be extended for another one-year period. This process may be continued until five years have been covered. Contract to start on July 1, 2012.

1.5Vendor Shall Submit With The Bid - A list containing the following information:

1.5.1Number of years in the pest control business.

1.5.2Number of service vehicles and employees.

1.5.3Five commercial accounts presently serviced (with telephone number, contact person and activities).

1.5.4Five commercial accounts previously held by vendor (the telephone number, contact person, and length of contract).

1.5.5Copies of applicable licenses, permits and other documents required by regulatory agencies.

1.5.6MSDS sheets for all chemicals being proposed for use under this contract.

1.5.7The names of supervisors and assistants who will be directly responsible for providing the pest control service to the county.

1.5.8A copy of the vendor’s termite bond and/or warranty with any and all exceptions expressly noted.

1.5.9A completed insurance form as indicated on the insurance attachment.

1.6Payment – BeaufortCounty shall make payments on a monthly basis.

1.7Related Services – The County reserves the right to negotiate with the contractor for the purchase of related pest control services such as extermination of rats, wood borers, bees, bat, birds, raccoons, possums, wasps and skunks not specifically covered herein and to add (or delete) buildings or parts of buildings to (or from) the agreement.

1.8In-Progress Inspections – During the life of the agreement, the premises covered shall be inspected periodically to determine the effectiveness of the programs in progress. Such inspections shall be jointly made by the county and contractor representatives and the results of which shall be documented and submitted to the county. The contractor shall promptly initiate actions to correct all deficiencies found.

1.8.1The county reserves the right to conduct inspections of the termite control program at unannounced times and at unannounced intervals, for evaluation purposes.

1.9Award - Award will be made on all “all or none” basis. Prices must be submitted for each location listed. Bids submitted without individual items priced will be considered as “non-responsive” and rejected.

1.10Awarding of Contract – BeaufortCounty reserves the right to award all locations, not award all locations and to add and delete locations as the county’s needs change.

Invoicing Instructions. Send one invoice each month with breakdown of services by Department.

1.11Send invoices to:

Beaufort County Facilities Management Department

120 Shanklin Road

Beaufort SC 29906

1.12 SendAirport invoices to:

Hilton Head IslandAirport

PO Box 23739

120 Beach City Road

Hilton Head Island, SC29925

Specifications

2.1Scope of Service

2.1.1Yearly Termite Inspection. Once per year the successful vendor shall inspect each facility covered by this contract. This inspection shall be a standard examination for evidence of termites.

2.1.2Termite Treatment Service. Upon receipt, the vendor shall perform a termite treatment service at a specific site covered under this agreement. The treatment shall comply with all professional standards and applicable laws. Upon the completion of a termite treatment service, the vendor shall issue a “termite warranty” for that site. The warranty will permit, for one year from date of issuance, re-treatments (as necessary) at no additional cost to BeaufortCounty.

2.1.3Special Treatment Service. Upon request, for non-warranted sites, the vendor shall provide termite treatment services for selected areas of sites. This service shall be charged to BeaufortCounty.

2.1.4Term of Contract. The term of the contract will be for one (1) year with the option to extend the contract for an additional four (4) one (1) year contracts, for a maximum of five (5) years. All subject to mutual agreement by the contractor and Beaufort County.

2.2Hours of Service. Service shall be provided yearly during the regular business hours of each building (typically 8:00 A.M. until 4:30 P.M.) Monday through Friday. On occasion the contractor may be required to perform service before or after regular business hours, or on non-business days. There will be no additional charge for these services.

2.3BeaufortCounty reserves the right to have vendor make periodic inspections of individual facilities when infestation is feared.

2.4Contractor’s Personnel. The contractor is responsible for providing pesticide applicators who have been trained and certified to handle and apply the classes of pesticide products necessary to implement the termite control program.

2.5Legal and Proper Application of Product. The contractor is further responsible for fully complying with all applicable federal, state and local pesticide laws and regulations.

2.5.1Pesticide Products – No pesticide shall be used in any manner inconsistent with its labeling. All pesticides used in the pest control program shall be properly labeled for the control of termites against which they are being used and label instructions shall be strictly followed.

2.5.2The contractor shall be responsible for the safe use and application of the pesticides used in the termite control program. Protective clothing, equipment and devices shall, as a minimum, conform to occupational safety and health administration (OSHA) standards for the products being used.

2.6Quality Control

2.6.1Applications – must be a company specializing in soil treatment for termite control with five years documented experience.

2.6.2Materials – vendor must provide certification that toxicants conform to specified requirements of the authorities having jurisdiction.

2.7Critical Areas. Areas such as locker rooms, gear rooms, trash rooms, sink rooms, mop rooms, storage areas, wire closets, toilet rooms, kitchens and loading docks are considered to require concentrated attention. Such areas will receive intensive preventive treatments for the life of the contract.

2.8Subterranean Control – The contractor shall provide the following services:

2.8.1Soil treatment below slab—on-grade for subterranean termites. Identify whether liquid or baiting or a combination of both: ______

2.8.2Soil treatment at interior and exterior of building subterranean termites. Identify whether liquid, or baiting or a combination of both: ______

2.9Warranted Service

2.9.1Inspect work annually and report findings in writing to the appropriate county officials.

2.92A one year warranty, (at a minimum) must be included and provided to designated officials. This warranty entitles Beaufort Cmounty to re-treatment at no charge to county during that year. All warranty conditions, including damage policy must be attached and expressly noted.

2.10Products

Specify manufacturers:

Acceptable materials: List the type and name of chemicals you will be using for this service: ______.

2.11Application of Product

2.11.1Verify surfaces are sufficiently dry and ready to receive treatment.

2.11.2Beginning of application means acceptance of existing conditions.

2.11.3Apply toxicant in accordance with manufacturer’s published instructions. No product shall be used in any manner inconsistent with its labeling. All pesticides used in the termite control program shall be properly labeled for the control of the termites against which they are being used and label instructions shall be strictly followed.

2.12Re-Treatment

2.12.1If inspection identifies the presence of termites, retreat infested areas and re-test (at no additional cost to BeaufortCounty.)

2.12.2Use same toxicant utilized for original treatment.

2.13Use of Premises

During the progress of the work, the contractor shall keep the premises free from accumulations of waste materials, and other debris resulting from the work. At the completion of the work, the contractor shall remove all waste materials, and debris from, and about the premises as well as tools, equipment, machinery, and surplus materials, and leave the site clean and ready for occupancy.

2.14Safety and Protection – The contractor shall be solely and completely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work. The contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent injury to, all employees on the work site and other persons including but not limited to, the general public who may be affected thereby.

The contractor shall be responsible for providing and for the placement of barricades, tarps, plastic, flag tape and other safety/traffic control equipment required to protect the public, surrounding areas, equipment and vehicles. The flow of vehicular traffic shall not be impeded at any time during the project. The safety of the public is of prime concern to the county, and all costs associated are the responsibility of the contractor.

2.15BeaufortCounty does not assume any responsibility, at any time, for the protection of or for loss of materials, from the time that the contract operations have commenced until the final acceptance of the work by the project manager.

2.16Structural Modifications – Any modification of any structure covered by this contract shall be done by BeaufortCounty.

2.17Any penetration or the drilling of access ports to accommodate the treatment of our facilities must be coordinated so as not to disrupt operations w/o prior consent of the facilities manager or create friable asbestos at any location. Any encounter must meet all appropriate governmental policies such as: EPA, OSHA, Beaufort County Rules and Regulations and all other regulatory authorities for pest operations.