2024-86 Invitation to Bid: Demolition Services

Agency: City of Florence
State: South Carolina
Type of Government: State & Local
NAICS Category:
  • 238910 - Site Preparation Contractors
Posted Date: Oct 9, 2024
Due Date: Oct 28, 2024
Solicitation No: 2024-86
Original Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
bid number bid description cloising date bid file
2024-86 Invitation to Bid: Demolition Services

The City of Florence is accepting sealed bids from qualified contractors to provide demolition services at 925 S. Church Street, Florence, SC.

Mon, 10/28/2024

Attachment Preview

INVITATION TO BID NO. 2024-86
DEMOLITION SERVICES
Sealed bids will be received in the office of Purchasing and Contracting in the City Center, 324
W. Evans Street Florence, South Carolina, 29501 until October 28, 2024 at 2:00 pm from
qualified vendors to provide demolition services to the property located 925 S. Church Street,
Florence, South Carolina 29506.
Bids shall be opened promptly at the above stated time and date and their contents will be made
public for the information of the bidder and other interested parties. The bid will not be awarded until
the Purchasing Agent and the applicable Department Director have had ample time to review each
bid.
Bids must be submitted in a sealed envelope with “Bid No. 2024-86 Demolition” clearly marked on
the outside of the envelope for easy identification by the City of Florence. The City does not accept
electronic/emailed bids. Any bids received later than the specified time will not be
accepted/considered. The city will not be responsible for late submission caused by the postal
service, other carriers, or any other delivery problems regardless of the reason. Bids submitted by
mail, Federal Express, United Parcel Service, etc. must meet these same requirements and should
be addressed to:
City of Florence
324 W. Evans Street
Florence, SC 29501-3430
The City of Florence under Title VI of the Civil Rights Act of 1964 and related statutes ensures that
no person shall on the grounds of race, color, national origin, sex, disability, and age, be excluded
from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any
program or activity it administers.
La ciudad de Florencia en el Título VI de la Ley de Derechos Civiles de 1964 y los estatutos, se
asegura de que ninguna persona por motivos de raza, color, origen nacional, sexo, discapacidad,
edad, ser excluido de participar en, ser negado los beneficios de, o ser de otra manera sujeto a
discriminación bajo cualquier programa o actividad que administra.
The City of Florence reserves the right to engage in discussions with any or all responsible bidders
who submit bids which appear to be eligible for award, for the purpose of clarification to assure full
understanding of and responsiveness to the Invitation to bid requirements herein.
This solicitation does not commit the City of Florence to award a contract/purchase order, to pay any
costs incurred in the preparation of a bid, or to procure or contract for services. The City of Florence
reserves the right to reject any and all responses, to cancel this solicitation, and to make an award
deemed in its own best interest.
Lynwood F. Givens
Purchasing Agent
MINORITY, WOMAN, AND VETERAN OWNED BUSINESS
The City of Florence welcomes and encourages submissions from minority, woman, and veteran
owned businesses. Please indicate that you are a minority or woman owned business with your
request for bid documents.
Minority Business Owners (minority, woman, and veteran owned businesses) will be afforded full
opportunity to submit proposals in response to this invitation and will not be discriminated against
on the grounds of race, color, creed, sex or national origin in consideration for an award. It is the
policy of the City that minority, woman, and veteran owned business enterprises
(MBE/WBE/VBE) have an opportunity to participate at all levels of contracting in the performance
of City contracts to the extent practical and consistent with the efficient performance of the
contract.
The successful company must ensure that all subcontractors, agents, personnel assigned by or
employees of prime company and subcontractors are not discriminated against because of their
race, color, religion, sex or national origin. Bidders must make positive efforts to provide equal
employment opportunity for minority and women owned businesses.
LOCAL AND MINORITY BUSINESS ENTERPRISE PURCHASING PROGRAM:
When lowest bid is the principal determining factor in a bid selection process it is the intent of the
City of Florence to provide preference first to local businesses within the City or County of
Florence; however, if no local business is eligible or able to participate, preference shall then be
provided by the City to minority business enterprises based on the following guidelines:
a. For purposes of this policy, a “local business” is defined as a person, firm, contractor,
corporation, or other business entity offering the services and/or products being bid by
the City that maintain a place of business and have a physical business address
located and operating within the City or County of Florence. The business must have
been established for not less than one year within the City or County of Florence and
have a valid City of Florence Business License for a minimum of 12 months prior to the
bid date.
b. For purposes of this policy, a minority business enterprise (MBE) is defined as an MBE
that is certified in accordance with South Carolina Regulations § 19-445.2160, as
authorized by §11-35-5270 the South Carolina Code of Laws, as amended.
c. When lowest bid is the principal determining factor in the selection process any “local
business” as defined in Subsection A above that submits a responsible and responsive
bid within 5% (if the business is located within the City of Florence) or 3% (if the
business is located within Florence County) of the non-local bidder who submitted the
lowest bid may match the bid submitted by the non-local bidder. A “local business” that
is within the percentage guidelines of the lowest bid received shall then be eligible for
award of the contract.
d. If the lowest bid is not a “local business” and a “local business” is within the percentage
guidelines of the lowest bid received, the “local business”, subject to the provision of
2
Subsection H below, shall be awarded the contract if it is willing to provide goods or
services at the same price of the lowest bid received.
e. If conditions of Subsections C above are met and the qualified “local business” declines
or is unable to match the lowest bid, then the option to do so moves to the next qualified
“local business”, if such business' bid is within the percentage guideline of the lowest
bid and is similarly responsible and responsive.
f. In the event there is no “local business” eligible or willing to match the lowest bid, the
lowest responsible and responsive bid submitted by an MBE, if any, would be allowed
the opportunity to match the bid submitted by the non-local bidder and thereby be
awarded the contract when lowest bid is the primary determining factor in the bid
selection process.
g. If a procurement is to be made pursuant to state funding requirements, federal funding
requirements, bond covenants, or other outside funding source requirements which
prohibit or restrict local or MBE preference, then no local or MBE preference
consideration will be given.
h. The provisions for a local or MBE preference does not prohibit the right of the City to
compare quality of materials proposed for purchase and compare qualifications,
character, responsibility and fitness of all persons, firms, contractors, corporations, or
other business entities submitting bids. Accordingly, the local or MBE preference for a
particular procurement may be waived by the City Manager upon written
recommendation and justification by the Department Director.
The successful firm must ensure that all subcontractors, agents, personnel assigned by or
employees of prime firm and subcontractors are not discriminated against because of their race,
color, religion, sex or national origin. Bidders must make positive efforts to provide equal
employment opportunity for minority and women owned businesses.
INSTRUCTION TO BIDDERS
The successful bidder must be authorized to sell the stated product or perform the services outlined
in the specifications of this bid document.
All bids must be signed by an authorized officer or agent of the company submitting the bid.
The City will assume no responsibility for oral instructions or suggestions. All official correspondence
regarding the specifications should be directed to and will be issued by the City Purchasing Agent.
DEFINITIONS: Responsible Bidder means a bidder who has the capability in all respects to fully
perform the stated requirements, and the integrity and reliability which will assure good faith
performance.
Responsive Bidder means a bidder who has submitted a bid which conforms in all material respects
to the Invitation to Bid.
PROTEST: Any actual or prospective vendor, bidder, or contractor who is aggrieved in connection
with the solicitation or award of a contract may formally protest to the Chief Financial Officer. The
protest shall be submitted in writing within seven (7) days after such aggrieved person or party has
3
received the bid tabulation or the intent to award letter.
DISPUTES: In cases of disputes as to whether an item or service quoted or delivered meets the
specifications, the decision of the City of Florence shall be final and binding on all parties. The
Purchasing Agent may request in writing, the recommendation of the head of the City agency using
the item or other objective sources.
DEVIATIONS: Any deviations from the specifications contained herein must be noted in detail on
the bidder’s bid response for the City of Florence’s consideration. Failure to submit documentation
of deviations shall be grounds for rejection of the item offered to the City of Florence.
CHANGES: Any changes in this Invitation to Bid after the purchase order/contract agreement has
been awarded must be with the written consent of the Purchasing Agent or the City Manager;
otherwise, the responsibility for such changes lies with the vendor.
INQUIRIES: Questions concerning this invitation to bid should be directed to the City Purchasing
Agent, Lynwood F. Givens in writing by e-mail at lgivens@cityofflorence.com. The deadline for
the submission of all inquiries is October 22, 2024 at 5:00 pm. Any changes to the
specifications in the bid package shall be in writing in an addendum. All Addendums will
be posted on the City of Florence website at www.cityofflorence.com. It will be the
responsibility of bidders to periodically check the website for addendums.
A complete copy of the City of Florence purchasing policies and procedures manual can be
downloaded from the City of Florence website at www.cityofflorence.com
SCOPE OF WORK
The City of Florence is seeking bids from qualified companies to provide demolition services at 925
S. Church Street, Florence, SC 29506.
The City anticipates a thirty (30) day period in which this project should be completed
after a Notice to Proceed is issued. Liquidated damages of $100.00 per day will be
assessed for failure to complete all work within 60 days.
The respondent shall perform or provide any and all professional services related to the project and
obtain all required permits. Respondent represents that all tasks will be performed in accordance
with generally acceptable professional standards and further represents that the advice and
consultation provided shall be within its authority and capacity as a professional. Respondent will
comply with the regulations, laws, ordinances, and requirements of all governmental impact
applicable to assigned project.
ASBESTOS SURVEY
An asbestos survey was conducted by the City of Florence and no asbestos was detected at 925 S.
Church Street, Florence, SC 29506.
SPECIFICATIONS
This property is no longer utilized by the City of Florence for Public Works Department
Operations. The remaining structures shall be demolished and removed from lot. All utilities are
to be disconnected. All overgrown brush is to be removed. Dead trees and/or fallen limbs
4
removed. All remaining trees are to be removed and stumps ground. All saplings are to be
removed. All fencing shall be removed. All storage sheds and pads are to be removed. All trash
is to be disposed of. The lot shall be graded for positive drainage and seeded. Erosion control
will need to be placed as and where needed. The lot shall also be made ready for new
construction upon completion prior to invoicing.
The Demolition contractor shall be responsible for the following:
1. Verify address and size of property, check the map, block and parcel numbers for size
and shape of the parcel, review and inspect site prior to bidding.
2. Comply with all applicable laws, ordinances and codes of the federal, state, and local
governments and shall commit no trespass on any public or private property in
performing any of the work as outlined. Obtain all required City, County, State, Federal
and/or permits, clearances, inspections, and licenses prior to work.
3. Provide the City a copy of permit prior to any work being performed.
4. The debris shall be hauled to an approved landfill as required by local codes and law. All
dump fees/receipts for this demolition project shall be turned into the City along with
invoices.
5. All work shall encompass all of the property and to the edge of the street and/or streets.
6. Remove all vegetation, downed trees, rubbish and/or debris from the property.
7. Neatly trim all mature trees, all limbs shall be cut, trimmed, or removed so the lowest limb
hanging shall be no less than 12 feet above the ground. All trees which measure up to
and including 36 inches around at any point from ground level up to 48 inches above
ground shall be removed. All trees removed if cut shall be 6 inches below the finished
ground level.
8. Completely demolish and remove all structure(s) including all related and unrelated,
attached and detached, surface and subsurface structural systems, materials, fixtures
and utility systems, all pavement, concrete slabs, piers, foundations, poles, posts, and all
other improvements including all related and unrelated as described, all stumps, specified
trees, shrubs and vegetation. Dust control shall be provided by contractor.
9. Completely remove all tanks, tires, septic systems, glass, metal, wood, and all other
debris.
10. The bid should include all necessary fill dirt to achieve even ground and positive grade.
The lot shall have erosion control used where and as needed. The lot shall be seeded
and straw over the seed to protect from erosion and burning. The lot shall be construction
ready prior to invoicing.
11. Water/sewer utilities shall be located, marked, and capped off (inspection required)
12. Site shall be disked, raked, seeded, and uniformly graded and with straw to provide proper surface
drainage away from the surrounding properties, leaving all surfaces clear, clean and
uniformly smooth, but never less than 1 inch above the top curb or street center line
13. Contractor shall employ standard practices in compliance with all applicable requirements regarding
excavation, trenching, backfilling, cleaning, and leveling. All areas of soil
disturbance, cuts and fills shall be properly prepared, and all back fills and imported fills shall be
properly installed utilizing approved compaction methods as required.
14. Locating, termination, removal and protection of utilities, services, curbs, gutters,
sidewalks, streets, and roadways shall be the responsibility of the contractor. All damages
shall be immediately repaired by the contractor, at the contractor’s expense. The
contractor shall cap off the existing sewer service at the street right of way.
15. Contractor shall notify utility provider to remove their respective service if required. Progress
Energy, AT & T, Time Warner Cable, SC Electric & Gas and City of Florence.
5
This page summarizes the opportunity, including an overview and a preview of the attached documents.
* Disclaimer: This website provides information about bids, requests for proposals (RFPs), or requests for qualifications (RFQs) for convenience only and does not serve as an official public notice. Individuals who wish to respond to or inquire about bids, RFPs, or RFQs should contact the relevant government department directly.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Ad Title: Demolition Services Purchasing Agent/Entity: City of Florence Ad Publish Date: June

State of South Carolina - State Fiscal Accountability Authority(SFAA)

Bid Due: 6/27/2025

Type Number Description Due By Opending Status REQUEST FOR PROPOSAL 2025078 RFP 2025078

County of Spartanburg

Bid Due: 6/24/2025

bid number bid description cloising date bid file 2025-34 Invitation to Bid: Demolition

City of Florence

Bid Due: 6/27/2025

Project Name: Horry County Buyout Demolition - Phase 2 Agency/Owner: South Carolina Office

State of South Carolina - State Fiscal Accountability Authority(SFAA)

Bid Due: 6/19/2025