SLED Opportunity · SOUTH CAROLINA · CHARLESTON COUNTY SCHOOL DISTRICT
AI Summary
Charleston County School District seeks bids for maintenance and repair services for its activity vehicle fleet, including buses and heavy equipment. Services include preventive maintenance, emergency repairs, and fleet management. Proposals due May 12, 2026, via the Procurement Portal.
Charleston County School District is seeking Bids for Activity Vehicle Maintenance & Repairs for Charleston County School District. Proposals are to be submitted through the Procurement Portal at https://procurement.opengov.com/portal/ccsd, no later than 2:00 pm on Tuesday, May 12, 2026.
(a) Contractor shall not assign this contract, or its rights, obligations, or any other interest arising from this contract, or delegate any of its performance obligations, without the express written consent of the responsible Procurement Official. The foregoing restriction does not apply to a transfer that occurs by operation of law (e.g., bankruptcy; corporate reorganizations and consolidations, but not including partial asset sales). Notwithstanding the foregoing, contractor may assign monies receivable under the contract provided that CCSD shall have no obligation to make payment to an assignee until thirty days after Contractor (not the assignee) has provided the responsible Procurement Official with (i) proof of the assignment, (ii) the identity (by contract number) of the specific state contract to which the assignment applies, and (iii) the name of the assignee and the exact address or account information to which assigned payments should be made. (b) If Contractor amends, modifies, or otherwise changes its name, its identity (including its trade name), or its corporate, partnership or other structure, or its FEIN, Contractor shall provide the Procurement Official prompt written notice of such change. (c) Any name change, transfer, assignment, or novation is subject to the conditions and approval required by SC Code Ann. Regulation 19-445.2180, which does not restrict transfers by operation of law.
This contract will be based on a Best Value Award. This process allows the District to use other criteria than cost to determine the best vendor for the project. This contract may be awarded to (1) one or multiple responsive and responsible, highest-ranked vendor(s).
The District intends to award a contract to the (1) one or multiple vendor(s) whose offer, conforming to the solicitation, is the most advantageous on the basis for all products, services and requirements contained herein.
In all cases, the District will be the sole judge as to whether a vendor's bid has or has not satisfactorily met the requirements of this bid.
Award will be made to the highest-ranked responsible bidder who submits a responsive bid that is most advantageous to the Charleston County School District. The District reserves the right to negotiate with highest ranked bidder or bidders.
AWARD: This contract will be based on a Best Value Award. This process allows the District to use other criteria than cost to determine the best vendor or vendors for the project. Allocated points have been distributed as follows:
Price Competitiveness - 60%
Company Structure and Resources – 20%
Prior Performance on Comparable Work – 10%
Conformance of Bid to Bid Request Specifications - 10%
Total pricing (60 points) – The bidder with the lowest price receives the maximum score. The bidder with the next lowest price receives points by dividing the lowest price by the next lowest price and multiplying that percentage by the available points. For example, 60 points are allocated to the price criterion for this procurement and bidder “A” submits the low offer at $1,000,000, then bidder “A’ receives 60 points ($1,000,000/$1,000,000=1.00x 60 =60). The next low offer submitted by bidder “B’ is $1,100,000, then he/she receives 54.6 points ($1,000,000/$1,100,000 =.91x 60= 54.6), etc.
NEGOTIATIONS: The Procurement Official may elect to make an award without conducting negotiations.
QUALIFICATION OF OFFEROR: To be eligible for award of a contract, a prospective contractor must be responsible. In evaluating an Offeror's responsibility, the State Standards of Responsibility [R.19-445.2125] and information from any other source may be considered. An Offeror must, upon request of CCSD, furnish satisfactory evidence of its ability to meet all contractual requirements. Unreasonable failure to supply information promptly in connection with a responsibility inquiry may be grounds for determining that you are ineligible to receive an award. S.C. Code Section 11-35-1810.
The Contractor shall be from an established company providing similar solutions for a minimum of Five (5) years.
QUALIFICATIONS -- REQUIRED INFORMATION: In order to evaluate your responsibility, offeror shall submit the following information or documentation for the offeror and any subcontractor, if the value of subcontractor's portion of the work exceeds 10% of your price (if in doubt, provide the information) with bid or within 2 days of request by CCSD:
(a) Include a brief history of the offeror's experience in providing work of similar size and scope.
(b) List of failed projects, suspensions, debarments, and significant litigation.
(c) Completion of Questionnaire attachment.
(1) To be eligible for award, you must have the capability in all respects to perform fully the contract requirements and the integrity and reliability which will assure good faith performance. We may also consider a documented commitment from a satisfactory source that will provide you with a capability. We may consider information from any source at any time prior to award. We may elect to consider (i) key personnel, any predecessor business, and any key personnel of any predecessor business, including any facts arising prior to the date a business was established, and/or (ii) any subcontractor you identify. (2) You must promptly furnish satisfactory evidence of responsibility upon request. Unreasonable failure to supply requested information is grounds for rejection. (3) Corporate subsidiaries are cautioned that the financial capability of an affiliated or parent company will not be considered in determining financial capability; however, we may elect to consider any security, e.g., letter of credit, performance bond, parent-company corporate guaranty, that you offer to provide.
Offeror must be authorized to operate contractually and sell within the State of South Carolina.
Charleston County School District is seeking Bids for Activity Vehicle Maintenance & Repairs for Charleston County School District. Proposals are to be submitted through the Procurement Portal at https://procurement.opengov.com/portal/ccsd, no later than 2:00 pm on Tuesday, May 12, 2026.
Only one copy of the bid is required, unless specified elsewhere herein. Bids should be submitted via the
CCSD Procurement Portal. Clause 3.35 Submitting a Paper Offer of Modification addresses other methods
of submission.
By submission of a bid, you are guaranteeing that all goods and services meet the requirements of the bid during the contract period.
By submission of a bid, you are committing to supply the awarded system to every school where the system is needed for the duration of the contract. Allowable price differences are restricted to changes of quantity “n” devices as indicated below.
Tie bids will be resolved as outlined in the Charleston County School District Consolidated Procurement Code.
Do not include any sales taxes in the bid price shown that the District may be required to pay. This procedure is necessary by S.C. Tax Commission Sales and Use Tax Regulation 117-174.95.
The District reserves the right to reject any and all bids and to cancel the solicitation.
Unit prices will govern over extended prices unless otherwise stated in bid.
Bid prices shall include all handling, packing and transportation charges.
Delivery by the Contractor to a common carrier does not constitute delivery to the District. Any claim for loss or damage shall be between the contractor and the carrier.
If items have brand name and/or model number, specify same in the bid.
| Release Project Date: | April 30, 2026 |
| Question Submission Deadline: | May 7, 2026, 12:00pm |
| Response Submission Deadline: | May 12, 2026, 2:00pm |
| Evaluation Committee Review (estimate) : | May 14, 2026 |
NEW: All parts must be new. All work shall be performed and completed in a thoroughly workmanlike and professional manner in accordance with best modern practices, regardless of any Omissions from the attached specifications/scope of work.
(a) Notice. In the event the Contractor enters into proceedings relating to bankruptcy, whether voluntary or involuntary, the Contractor agrees to furnish written notification of the bankruptcy to CCSD. This notification shall be furnished within two (2) days of the initiation of the proceedings relating to the bankruptcy filing. This notification shall include the date on which the bankruptcy petition was filed, the identity of the court in which the bankruptcy petition was filed, and a listing of all CCSD contracts against which final payment has not been made. This obligation remains in effect until final payment under this Contract. (b) Termination. This contract is voidable and subject to immediate termination by CCSD upon the contractor’s insolvency, including the filing of proceedings in bankruptcy.
If you intend to subcontract, at any tier level, with another business for any portion of the work and that portion either (1) exceeds 10% of your cost, (2) involves access to any “government information," or (3) otherwise involves services critical to your performance of the work (err on the side of inclusion), your offer must identify that business and the work which they are to perform. Identify potential subcontractors by providing the business name, address, phone, taxpayer identification number, and point of contact. In determining your responsibility, CCSD may contact and evaluate your proposed subcontractors.
The Agreement, any dispute, claim, or controversy relating to the Agreement, and all the rights and obligations of the parties shall, in all respects, be interpreted, construed, enforced and governed by and under the laws of the State of South Carolina. As used in this paragraph, the term “Agreement” means any transaction or agreement arising out of, relating to, or contemplated by the solicitation.
Awards will be posted through the Procurement Portal. The award, this solicitation, and any amendments will be posted through the Procurement Portal at https://procurement.opengov.com/portal/ccsd.
It is the intent of the District to procure the services of a professional contractor or firm, using qualified personnel to provide a centralized garage operation and take over the repair and maintenance operation to perform preventive maintenance, repairs and other functions associated with the District’s Activity Vehicle Fleet, and certain other motorized vehicles and equipment as defined within this proposal. The District reserves the right to decrease and/or increase the fleet to be serviced throughout the term of this agreement based on the District’s needs. As an example, buses may be taken out of service due to accidents and/or age. Additional vehicles may be purchased as funds become available based on the District’s needs.
Background:
The District has an Activity Vehicle Fleet consisting of (72) Vehicles:
Objectives:
Statement of Work:
Charleston County School District seeks proposals from qualified Offerors to perform maintenance and repair on buses and other motorized vehicles and equipment in accordance with all manufacturers’ requirements. This contract will encompass repair and service within the Charleston, Dorchester, Berkley, Colleton, Beaufort, and Georgetown counties. Should the cost of towing exceed the potential cost of repairs, the selected vendor will arrange to subcontract necessary repairs.
Approximately 72 Activity Vehicles and 5 Heavy Duty Equipment Machines, owned and operated by the District are offered as the base for this contract . Supplier will be responsible for the service and repair of all vehicle classes. Suppliers submitting proposals, may utilize subcontractor(s), but will assume responsibility for subcontractor(s) work. Suppliers submitting proposals must be capable of affecting service and repairs on all equipment classes and vehicles. These include activity buses, class 3-8 trucks, construction equipment, and multipurpose vehicles. For the purposes of this contract, only activity buses and vans will require inspections, maintenance, and repairs; Heavy Duty equipment will only require repairs as needed. Bodywork shall not be included under this contract.
All Offerors must be primarily engaged in the business of providing vehicle preventative maintenance, safety inspections, and repair services. Offerors shall be a full-line service facility capable of providing all aspects of vehicle service specified in this document, accepting specialized factory and warranty repair work.
Offeror is responsible for the proper disposal of all old fluids, filters, batteries, and tires and any components removed from District buses. The District requires that all parts removed be made available to the District’s Contract Administrator for viewing, if required. Consumables and unserviceable parts must be disposed of in an environmentally sound manner in accordance with South Carolina State Laws, preferably by recycling or de-manufacturing.
Work will include repairs, preventative maintenance, safety inspections, and repair services required on all District-owned Activity Vehicles.
The Offeror will have the certifications and/or training required to repair gasoline, diesel, and propane auto gas/liquefied petroleum gas vehicles. (Currently, the fleet only consists of diesel and gas vehicles.)
Location of Work: The vehicles shall be stored in a secure area at the Offeror’s site, with reasonable precautions to be taken to protect the District’s fleet vehicles.
Safety Inspections: Each item is to be inspected, repaired and/or replaced if necessary, and serviced. Some items call for a measurement, such as brake linings, brake drum/rotor measurements, tire pressure, and battery cold cranking amps. Items found defective shall be replaced or repaired upon approval of an authorized District employee. Other items shall be scheduled for repairs at the earliest possible time.
Parts and Labor: The District recognizes that vehicles will require repairs in addition to those listed in this contract. A separate estimate is required for these repairs and must be based upon a percentage of discount off one of the major reference manuals recognized in the industry (Mitchells, Chilton, Thomas, Bluebird, International, etc.). The name and date of the reference manual must be listed with your proposal for it to be considered. If reference is made to pricing from other than the manuals noted above, prices and rates must not exceed the recommendations in the aforementioned manuals. Estimates must be submitted to the District’s Contracts Administrator for review. Those over $1500.00 must have prior approval.
Contractor Responsibilities: The selected vendor shall provide comprehensive repair and maintenance services, including but not limited to the following:
Preventive Maintenance: It shall be the responsibility of the Offeror to develop and implement a Preventive Maintenance (PM) program to service all CCSD Activity Vehicles listed within Attachment D and any additional vehicles that may be added to the fleet in the future. Preventive maintenance shall be defined as scheduled routine inspection, servicing, repair, and replacement of equipment components on a regular basis to facilitate operations with a minimum amount of “downtime”. The PM program shall be presented in detail in the Proposal and shall be designed in accordance with recognized, good fleet management practice and shall meet the terms and conditions required to comply with the original equipment manufacturer (OEM) specifications, warranties, and recommendations. The approved PM shall, at a minimum, include the specifications outlined herein, but are subject to change if approved by the District’s Contract Administrator.
Preventive Maintenance Scheduling: Preventive maintenance shall be scheduled on a usage basis, with calendar time override. That is, each Bus shall be scheduled for preventive maintenance based on a usage limitation (miles) or calendar time since the last PM, whichever comes first. The Offeror shall complete and file an “Inspection Form” approved by the District for each PM service performed on each Bus. No changes to the agreed-upon service or the schedule shall be made without prior approval by the District.
It shall be the Offeror’s responsibility to develop and implement a PM scheduling system that provides immediate notification to the District when PM services are scheduled for their vehicles. This schedule shall provide not less than a ten (10) working day notice that a vehicle is due for PM. The Offeror shall have a staff member assigned to work with the District to schedule the actual date of service. The Offeror shall anticipate the need of schools to have functional activity buses available, and the Offeror will use holiday periods and summers to accomplish as many preventative maintenance services, inspections, and repairs as possible.
It shall be the Offeror’s responsibility to communicate and coordinate bus pickups from CCSD schools.
Preventive Maintenance Intervals: Preventive maintenance services and service intervals shall meet all specifications as listed in this agreement.
Preventive Maintenance Scheduling for New Bus: The Offeror and the District shall jointly review the proposed PM schedule to be followed specifically for each new Bus.
Minimum Preventative Maintenance Requirements: The Offer shall accomplish the following minimum preventative maintenance tasks:
Activity Buses and Vehicles:
Offeror shall comply with the recommended OEM-required preventative maintenance schedule. The Offeror shall utilize OEM-recommended fluids for all fluid changes. If not included or incorporated, the Offeror shall provide semiannual (every six months) safety inspections. The Offeror shall attempt to coordinate PMs during semiannual inspections. All deficiencies as noted shall be corrected and repaired as required. This shall also be included within the proposed target budget cost. The Annual T3 inspection shall be included as one of the semiannual inspections. The Annual T3 inspection shall be included as one of the semiannual inspections.
Body Power Train, Chassis: Shall receive repairs as needed, and the schedule of service, as approved, shall meet or exceed safety standards requirements/recommendations of the industry.
If applicable, the Offeror shall provide or make provisions for any annual testing or certification, which may be required by Federal, State or Local Agencies and regulations.
Repairs:
Emergency Services:
Reporting and Documentation:
Quick-fix services: meaning the provision of minor services and repairs while the vehicle operator waits for them to be completed, with the objectives of minimizing vehicle downtime and operator inconvenience.
Work order assignment: control and quality assurance which are the processes of determining how much effort needs to be devoted to completing a requested maintenance or repair service; assigning work to a mechanic based upon considerations of priority and trades worker capability and availability; keeping track of the status of open work orders; and inspecting finished services and associated records for accuracy and completeness before returning the vehicle or motorized equipment to the District.
24/7 Road calls:
Customer communication and feedback:
Service Level: Repair service and/or maintenance work above $1,000 for vehicles owned by the District will require prior approval by an authorized District representative. The ability to service and repair Activity Vehicles and Heavy Duty Machinery, especially school buses, in a timely manner will be factored in when making an award of this contract. The District will expect to be given priority service for buses with mechanical problems that require immediate repair. A written quote/estimate for repairs shall be submitted to the District within 24 hours of pickup. Less complex service activities such as safety inspections and other routine maintenance will be performed within twenty-four (24) hours, including pickup and delivery. More complex repairs should generally not exceed forty-eight (48) hours, including pickup and delivery. These time frames exclude weekends and holidays. The District will require immediate notification whenever a service or repair will exceed said time frames. Standard repairs, (where parts are in stock) for buses and listed vehicles shall be completed within five (5) business days. Repairs (where parts are not in stock) for buses and listed vehicles shall be completed within ten (10) business days. If the Offeror is open for business on Saturdays, then Saturdays are considered a business day. Offerors may offer exceptions to these time frames and will be held to whatever standard is accepted within the award of the contract.
Upon notice from the District that a vehicle requires service or repairs, it is expected that the contracted supplier will provide staff to pick up the vehicle as required from a Charleston County location, service or repair the vehicle and return the vehicle.
Maintenance or Repair Authorization - No employee of the Offeror is to begin any work before receipt of authorization by an authorized representative of the District. A purchase order, telephone call, electronic mail, or fax shall serve as the authorization to proceed with work in accordance with the bid specifications and the special instructions, once the Offeror receives it. In no event shall any of the services required be completed no later than the time periods set out in any schedule contained in the project Scope of Work. The Offeror shall maintain any such schedule unless amended, in writing, by both parties. All work described in these specifications shall be completed with reasonable promptness.
The District shall be the sole judge of the term “reasonable”. If the Offeror does not begin the work in a reasonable amount of time, they will be notified that if they fail to initiate the work promptly, the contract may be terminated and the District will, if necessary, contract with another vendor and charge back to the Offeror.
Excluded Repairs, Parts, and Service: The District maintains contracts for the procurement of the following items. These items will not normally be requested under the terms of this contract. The District will provide notification of any changes to the vendors listed below.
Tires- State Contract # 01-S3952-A7238 [JL2]
(Tire Repair and Replacement) (No Recaps are to be used on CCSD Buses)
Frasier Tire Service
Attn: Mark Knight
7164 Cross County Road
North Charleston, SC 29418
Phone :(843)-552-5055
Mobile Radios and Cameras
Mobile Communications/Seon
Contact: Gary Rzemyk
4371 Headquarters Rd. Suite 101
North Charleston S.C 29405
Phone: (843)-444-1199 or (843)-213-7681
Towing
Elite Towing
2168 S. Live Oak Drive
Moncks Corner, SC 29461
Phone: (843) 572-4057 or (843) 761-3341
Mobile Service Truck: The Offeror MUST have the ability to provide a Mobile Service Truck program, with the ability to drive to locations in the tri-county area, to perform troubleshooting, preventative maintenance, and/or small repairs on the buses after 9:00 a.m. and prior to 2:00 p.m. The mobile truck shall carry the appropriate tools and equipment to conduct required repairs and services. Technicians assigned to the Mobile Service Truck must meet the minimum criteria to obtain a District Contractor’s Pass.
Maintenance Facilities: Contracted Work shall be performed at the Offeror’s place of business or, as needed, in an emergency where the vehicle breaks down.
The maintenance facility shall be equipped to support the requirements, have a minimum of three bays, 12 ft. X 12 ft., center height of 14 ft., and appropriate tools to include lifts. The facility must meet all OSHA, State and Federal regulations.
The Offeror shall maintain shop equipment, such as compressors, lifts, air and lube systems, overhead doors, personnel doors, and all other equipment in a safe working condition. The Offeror shall maintain all required “Certificate of Inspection” on all lifts or cranes used throughout the facility on an annual basis. Certificates of Inspection shall be provided to the District on an annual basis. If the Offeror fails to provide the necessary Certificates of Inspection, the District may suspend using the contract until the Certificates of Inspection are provided. All maintenance requirements may be obtained from other sources during the suspension, and cost differences shall be applied to the Offeror.
The Offeror will need to provide a safe location with security camera access for up to 8 buses.
Replacement Parts: The Offeror shall be responsible for maintaining sufficient parts and supplies inventory. The Offeror shall manage the inventory consistent with good fleet management practices to the satisfaction of the District. The Offeror shall purchase all parts, supplies, and materials, including all oils, greases, hydraulic fluid, antifreeze, chemical cleaners for pressure washers, transmission fluid, etc. It shall be the responsibility of the Offeror to provide quality brand-name parts and supplies in a timely manner for all servicing and repairs to be performed under the contract. All parts and supplies shall meet or exceed OEM’s specifications. In the event of premature failure of a part, the Offeror agrees to stop purchasing that part. Information on parts and supplies is subject to review by the District. Shipping charges for parts shall be the responsibility of the Offeror.
Parts Inventory: The Offeror shall be required to maintain a core inventory in stock to service CCSD buses. The Offeror shall maintain an automated parts inventory system to properly track, maintain, and account for inventoried parts. The Offeror shall be responsible for the cost of shipping and freight for all parts.
Annual, State or Federal Inspections: Offeror shall provide inspection and testing of equipment and vehicles in accordance with any State or Federal laws. Such inspections and testing shall be performed by properly authorized and licensed personnel. Copies of all inspections shall be provided to the District along with invoice. The Offeror shall ensure that all State/Federal inspections are conducted by State DOT approved and qualified technicians. The Offeror shall also ensure that updated inspection forms are utilized to properly document all inspections.
New Vehicle Preparation: The Offeror shall prepare all newly acquired buses for service. Preparation shall include, but not be limited to:
Zonar Management: Currently, the District utilizes Zonar to track and monitor all Activity Vehicle locations, performance, and usage trends. The Offeror will be responsible for the following:
Personnel: It is mutually agreed that the Offeror is an independent Contractor and not an agent of the District, and as such, the Offeror’s personnel shall not be entitled to any District employment benefits, such as, but not limited to, vacation, sick leave, insurance, workmen’s compensation, or pension and retirement benefits.
Management: The Offeror’s Manager shall have proven technical and managerial experience in the field of large fleet, light vehicle management and maintenance, and shall have had prior experience as a manager. Nominee (s) for Project Manager shall be presented to the district for specific approval. The district reserves the right to request the dismissal of any successful Offeror’s employee whose performance or actions are obviously detrimental to the program. The successful Offeror shall promptly dismiss any employee involved in misconduct, or the use/possession of illegal drugs, or alcohol when operating and/or working on the District’s equipment and or/ property.
District Personnel: The District will assign a Contract Administrator who will serve as the primary contact for the District on day-to-day operational matters. Offerors are to contact the Procurement Official responsible for the contract for contractual matters.
In the event of any controversy, claim, or dispute as to the services and work performed or to be performed by the Offeror, or rights and liabilities of the parties under this Contract, each such question shall be submitted to the District’s Contract Administrator for resolution, who shall act on such submittal within ten (10) days. The Offeror shall do so by written notice to the District, which notice shall specify the nature of the controversy, claim or dispute. Submission to the District’s Contract Administrator as provided herein shall be a condition precedent to filing any civil action to obtain legal or equitable relief.
Safety and Accident Provision: It shall be the Offeror’s responsibility to maintain, throughout the job period, a safety and accident prevention program, which meets requirements of Federal, State and local codes and all other authorities having jurisdiction over this Work. In the event of any personal injury accident/incident in connection with the Work, the District shall be immediately notified and given all known facts regarding the accident/incident.
Warranty: Warranties for new equipment shall be monitored by the Offeror. In addition, the Offeror shall be responsible for ensuring that all work required on equipment to comply with the manufacturer’s warranty is completed, including the delivery and pickup of equipment from manufacturer’s warranty service center. If the Offeror is not familiar with the operation or repair of equipment the Offeror shall contact the manufacturer before attempting to repair.
The Offeror may seek authorization from the equipment manufacturer to perform warranty maintenance and repair work on equipment. Costs for such work shall be reimbursed directly to the Offeror. The Offeror shall hold the District harmless for payment of such work. Disputes over warranty work shall be resolved by the District’s Contract Administrator. All costs related to processing warranty claims, pickup or delivery of equipment, or other costs related to warranty work are to be considered part of the Contract Price.
Deficiencies in Service: In the event the District’s Contract Administrator determines there are deficiencies in the services and work provided by the Offeror, the District’s Contract Administrator shall notify the Offeror in writing as to the precise nature of any such deficiencies. Within ten (10) working days of receipt of such notice, Offeror shall correct or take reasonable steps to correct the deficiencies, including, if necessary, increasing the work force, tools, and equipment or modifying the policies and procedures used by the Offeror in performing services pursuant to this Contract. If the Offeror fails to correct or take reasonable steps to correct the deficiencies within ten (10) working days, the District may declare the successful Offeror in default and invoke the Suspension or Termination of the Contract, whichever is appropriate.
If a District employee or authorized agent inspects completed work performed by the Offeror and determines that the work was incomplete, or not done at all, the Offeror shall immediately correct the deficiency, and the Offeror’s invoice may be reduced by the cost of the district’s time and mileage that determined the deficiency, and the offeror shall bring up the work to standard.
Road Calls: The Offeror shall provide routine and emergency road service calls, not inclusive of towing for vehicles in the fleet in the Charleston County borders. The Offeror shall have staff on call to expeditiously handle vehicle breakdowns twenty-four (24) hours a day, seven (7) days a week, and three hundred and sixty-four (364) days a year. The Offeror shall assist District personnel in making arrangements to have buses that break down outside of the county repaired and/or towed back to the Charleston area.
Quick Fix: The Offeror shall provide a quick fix function for repairs of less than one hour duration when the vehicle operator chooses to wait for service. This service shall be offered at all times during normal operating hours.
Extent of Repairs: When equipment replacement appears to be more cost-effective than repair, such recommendation shall be presented in writing by the Offeror to the District. The District Contract Administrator shall approve all repairs over $1,500.00.
Re-repair: Re-repair is defined as a repair of the same failure within the warranty period due to parts failure, misdiagnosis, or a mechanic’s error. The Offeror shall track and identify re-repair work and shall not invoice the District for any costs (parts and labor) for these repairs.
Accident Repairs: The District’s Contract Administrator shall have final approval for all District-related accident repairs. No accident repair work should commence until this approval is granted. The District’s Insurance Technician may request repair estimates and arrange for an adjuster to examine the vehicle.
Misuse, Abuse, or Negligence of Equipment: The District wishes to have knowledge of any suspected misuse, abuse, or negligence of Activity Vehicles by its personnel. Therefore, the Offeror shall alert the District Contract Administrator, immediately, when any type of abuse, misuse or negligence is suspected.
Fleet Management Information System: The Offeror shall provide a Fleet Management Information System. Upon Termination of this contract, the District may, at its option, purchase this system and training from the successful Offeror at a negotiated price agreeable to both parties. The successful Offeror shall keep backup files of the fleet information.
Fleet Records and Files: The District shall be given access to fleet maintenance and invoices.
An electronic and/or hard copy history folder shall be maintained by the Offeror for each District Vehicle, which contains all pertinent information such as make, model, year, vehicle identification number (VIN), etc.
Quarterly Reports: The Offeror shall provide a consolidated monthly management report to the District’s Contract Administrator containing three parts.
Part 1 shall consist of statistical data:
A list of all vehicles repaired and related costs
A list of PMs and inspections completed for each bus
Buses with any brake issues or major component failures
Summary of maintenance and repair costs for each vehicle.
Part 2 shall include the following:
Notes on any special concerns and or abuse of the vehicle by operators
Fleet replacement recommendations or needed service changes
Breakdown of “time in shop”; summary of time in shop for each bus
Time in shop begins when a unit is brought to the shop and ends when the vehicle is delivered to the designated CCSD location.
Records: All records and or copies of maintenance records remain the property of the District. Upon cancellation or termination, all computerized and hard copy information regarding parts and vehicle maintenance are to be turned over to the District.
Permits, License and Fees: All permits, licenses, and fees required for the Offeror to fully complete services referenced herein shall be the responsibility of the Offeror. Any noncompliance items as discovered by OSHA, EPA, ANSI, etc., and fines levied shall be the responsibility of the Offeror.
Quality Assurance Program: The Offeror shall provide a Quality Assurance Program for the management and maintenance of the District’s fleet. Performance standards shall include, as a minimum, the following:
PM performance
Repair performance
Emergency Response Performance
Investigations: The Offeror shall support the District with technical investigations related to the fleet. Such investigations may support accidents, abuse, fire, legal requests for maintenance records, court appearances, or other issues of a technical nature.
Vehicle Data: The following attachments provide additional information on the Activity Vehicle Fleet and Heavy Duty Equipment applicable to this contract:
Attachment C: Current Activity Vehicle Fleet & Odometer Readings (as of 4/01/2026)
Attachment E: Heavy Duty Equipment List
Information for Offerors to Submit
Proposal Contents
Each proposal shall be prepared simply and economically, providing straight forward, concise delineation of the Offeror’s capabilities to satisfy the requirements of this proposal. In order for proposals to be properly evaluated, offerors must provide, as a minimum, the following information in the order presented here:
Technical Proposal: Technical information must include detailed information relative to how you propose to accomplish the tasks or Scope of Work described in this proposal document.
Company Profile: Provide a company profile to include Ownership type, ownership with a list of stockholders, date started business, annual income, major clients, and current year financial statement.
Organization Chart and Quality Controls: Submit an organizational chart with the names of employees, their titles, their responsibilities on the District contract, their professional credentials, and their years of experience. Please include an explanation of how Diesel Technicians are assigned their daily work and what quality controls are in place to monitor the work.
Insurance Certificate Holder: Provide the Name, Address, Policy Number, and Expiration Dates of all insurance policies to support this contract.
Hours of Operation: List the hours of operation.
Subcontractors: Provide a listing of all subcontractors to be used during the course of the contract and the function of each subcontractor.
Project Manager: Provide the name and resume, including any licenses and certifications of the Project Manager.
Fleet Management Information System: Provide the name and summary of the capabilities of the Fleet Management System to be used. Provide a sample monthly report.
Preventative Maintenance: Discuss your approach to Preventative Maintenance and any additional checks and repairs suggested.
Warranty Work: Provide a listing of all manufacturers and the vehicles/equipment for which you are authorized to perform warranty work. Provide documentation of authorization.
Facility: Provide a floor plan and square footage of your maintenance facility. List all major equipment, lifts, air compressors, etc., that are available within the facility to support this contract. Provide color photographs of the facility. The evaluation committee may visit all facilities during the evaluation process.
Mobile Service Truck Program: Submit detailed information on your proposed program and the extent of repairs that can be made through this process.
Identify Small, Woman, or Minority Business Enterprise (SWMBE) program contracting/subcontracting plan.
Notice regarding any award, cancellation of award, or extension of award will be posted on the portal, or, if applicable, the most recent notice of extension of award. Should the contract resulting from this Solicitation have a total or potential value more than one hundred thousand dollars, such notice will be sent electronically to all Offerors responding to the Solicitation. Unless a written notice of intent to protest is timely filed pursuant to Section 11-35-4210(1)(b) or the award is otherwise suspended or canceled, the award will be effective on the calendar day (including weekends and holidays) immediately following the seventh business day after such notice is given.
Any contract resulting from this solicitation is formed pursuant to the CCSD Consolidated Procurement Code and is deemed to incorporate all applicable provisions thereof and the ensuing regulations. See also clause titled “Code of Laws Available" contained within the Instructions to Offerors.
Bids are encouraged to be submitted through the Procurement Portal at https://procurement.opengov.com/portal/ccsd, no later than 2:00 pm on Tuesday, May 12, 2026.
You may also submit a paper bid to the District. The District shall receive bids by no later than 2:00 pm on Tuesday, May 12, 2026.
Important: Clearly mark the outside of the envelope, box, or package with the following information.
Solicitation Number: 2026-IFB-044
Proposals should be sent via United States Postal Service/hand delivered or courier service to:
Procurement Services
Attn: Josh Gadsden
3999 Bridge View Drive
North Charleston, SC 29405
By submitting the District a signed Bid and/or Proposal, you are offering to enter into a contract with Charleston County School District and agreeing to all terms and conditions provided herein. Your bid and/or proposal as well as the terms and conditions of this solicitation will become part of any contract created as a result of this solicitation. THEREFORE, ANY OBJECTION TO THE TERMS AND CONDITIONS CONTAINED HEREIN MUST BE ADDRESSED WITH THE DISTRICT PRIOR TO SUBMITTAL OF YOUR BID AND/OR PROPOSAL. SUCH OBJECTIONS MUST BE SUBMITTED IN WRITING AS DESCRIBED HEREIN FOR ANY INQUIRIES. Without further action by either party, a binding contract shall result upon final award. Any award issued will be issued to, and the contract will be formed with, the entity identified as the Offeror on the Cover Page submitted with the Bid and/or Proposal. An Offer may be submitted by only one legal entity; the submission by joint ventures are not allowed except for construction contracting.
In order to request to withdraw your Offer after the minimum period specified on the Cover Page, you must submit a written request to the Procurement Official.
Offers submitted in response to this solicitation shall be in the English language and in US dollars, unless otherwise permitted by the solicitation.
COOPERATIVE PURCHASING
(a) Authorized Agent. All authority regarding the conduct of this procurement is vested solely with the responsible Procurement Official. Unless specifically delegated in writing, the Procurement Official is the only District official authorized to bind the District with regard to this procurement. (b) Purchasing Liability. The Procurement Official acts on behalf of Charleston County School District pursuant to the Charleston County School District Consolidated Procurement Code. Any contracts and/or purchase orders awarded as a result of this procurement are between the Vendor and the District. The Board is not a party to such purchase orders, unless and to the extent that the Board is a using District unit, and bears no liability for any party’s losses arising out of or relating in any way to the purchase order.
(1) Choice-of-Forum. All disputes, claims, or controversies relating to the Agreement shall be resolved exclusively as allowed by Artical 17 Legal and Contractual Remedies of the CCSD Consolidated Procurement Code.
GIVING FALSE, MISLEADING, OR INCOMPLETE INFORMATION ON THIS CERTIFICATION MAY RENDER YOU SUBJECT TO PROSECUTION UNDER SECTION 16-9-10 OF THE SOUTH CAROLINA CODE OF LAWS AND OTHER APPLICABLE LAWS. (a) By submitting an offer, the offeror certifies that-
(1) The prices in this offer have been arrived at independently, without, for the purpose of restricting competition, any consultation, communication, or agreement with any other offeror or competitor relating to—
(i) Those prices;
(ii) The intention to submit an offer; or
(iii) The methods or factors used to calculate the prices offered.
(2) The prices in this offer have not been and will not be knowingly disclosed by the offeror, directly or indirectly, to any other offeror or competitor before bid opening (in the case of a sealed bid solicitation) or contract award (in the case of a negotiated solicitation) unless otherwise required by law; and
(3) No attempt has been made or will be made by the offeror to induce any other concern to submit or not to submit an offer for the purpose of restricting competition.
(b) Each signature on the offer is considered to be a certification by the signatory that the signatory-
(1) Is the person in the offeror’s organization responsible for determining the prices being offered in this bid or proposal, and that the signatory has not participated and will not participate in any action contrary to paragraphs (a)(1) through (a)(3) of this certification; or
(2)(i) Has been authorized, in writing, to act as agent for the offeror’s principals in certifying that those principals have not participated, and will not participate in any action contrary to paragraphs (a)(1) through (a)(3) of this certification [As used in this subdivision (b)(2)(i), the term “principals” means the person(s) in the offeror’s organization responsible for determining the prices offered in this bid or proposal];
(ii) As an authorized agent, does certify that the principals referenced in subdivision (b)(2)(i) of this certification have not participated, and will not participate, in any action contrary to paragraphs (a)(1) through (a)(3) of this certification; and
(iii) As an agent, has not personally participated, and will not participate, in any action contrary to paragraphs (a)(1) through (a)(3) of this certification.
(c) If the offeror deletes or modifies paragraph (a)(2) of this certification, the offeror must furnish with its offer a signed statement setting forth in detail the circumstances of the disclosure.
(a) (1) By submitting an Offer, Offeror certifies, to the best of its knowledge and belief, that
(i) Offeror and/or any of its Principals
(A) Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by a local, state, or federal agency;
(B) Have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (federal, state, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or destruction of records, making false statements, tax evasion, or receiving stolen property; and
(C) Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (A) (1) (i) (B) of this provision.
(ii) Offeror has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any public (federal, state, or local) entity.
(2) ‘Principals.” For the purpose of this certification, means Officials; directors; owners; partners; and, persons having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a subsidiary, division, or business segment, and similar positions).
(b) Offeror shall provide immediate written notice to the Procurement Official if, at any time prior to contract award, Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.
(c) If Offeror is unable to certify the representations stated in paragraphs (a) (1), Offeror must submit a written explanation regarding its inability to make the certification. The certification will be considered in connection with a review of the Offeror’s responsibility. Failure of the Offeror to furnish additional information as requested by the Procurement Official may render the Offeror non-responsible.
(d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
(e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly or in bad faith rendered an erroneous certification, in addition to other remedies available to the District, the Procurement Official may terminate the contract resulting from this solicitation for default.
Contractor is referred to and shall comply with all applicable provisions, if any, of Title 41, Part 60 of the Code of Federal Regulations, including but not limited to Sections 60-1.4, 60-4.2, 60-4.3, 60-250.5(a), and 60-741.5(a), which are hereby incorporated by reference.
According to the S.C. Code of Laws Section 16-13-240, “a person who by false pretense or representation obtains the signature of a person to a written instrument or obtains from another person any chattel, money, valuable security, or other property, real or personal, with intent to cheat and defraud a person of that property is guilty” of a crime.
This contract is subject to the Charleston County School District Consolidated procurement Code which is incorporated herein by reference and is available at https://www.ccsdschools.com/divisions/finance/contracts-and-procurement
Any pricing provided by Contractor shall include all costs for performing the work associated with that price. Except as otherwise provided in this solicitation, Contractor’s price shall be fixed for the duration of this contract, including option terms. This clause does not prohibit Contractor from offering lower pricing after award.
The vendor warrants that no person or selling agency has been employed or retained to solicit or secure this contract upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the vendor for the purpose of securing business. For breach or violation of this warranty, CCSD, shall have the right to annul this contract without liability or in its discretion to deduct from the contract price or consideration, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee.
Any offer received after the Procurement Official or designee has declared that the time set for opening has arrived, shall be rejected unless the offer has been delivered to the designated purchasing office or submitted through the Procurement Portal prior to the bid opening.
Any term or condition is void to the extent it requires CCSD to indemnify, defend, or pay attorney’s fees to anyone for any reason.
Except as otherwise provided herein, the following definitions are applicable to all parts of the solicitation. For additional definitions, see the terms and conditions below.
(A) After award, any notices shall be in writing and shall be deemed duly given (1) upon actual delivery, if delivery is by hand, (2) upon receipt by the transmitting party of automated confirmation or answer back from the recipient’s device if delivery is by telex, telegram, or electronic mail, or (3) ten days after deposit into the United States mail, if postage is prepaid, a return receipt is requested, and either registered or certified mail is used. (B) Notice to Contractor shall be to the address identified as the Notice Address on Page Two. Notice to CCSD shall be to the Procurement Official’s address on the Cover Page. Either party may designate a different address for notice by giving notice in accordance with this paragraph.
(“OCI FAQ for Contractors” is available at www.procurement.sc.gov)
During the contract term, including any renewals or extensions, Contractor will not engage in the boycott of a person or an entity based in or doing business with a jurisdiction with whom South Carolina can enjoy open trade, as defined in SC Code Section 11-35-5300.
By submitting an Offer, Contractor certifies that, if awarded a contract, Contractor will comply with all applicable provisions of the Drug-Free Workplace Act, Title 44, Chapter 107 of the South Carolina Code of Laws, as amended.
(a) CCSD shall pay the Contractor, after the submission of proper invoices or vouchers, the prices stipulated in this contract for supplies delivered and accepted or services rendered and accepted, less any deductions provided in this contract. Unless otherwise specified herein, including the purchase order, payment shall not be made on partial deliveries accepted by the Government. (b) Unless otherwise provided herein, including the purchase order, payment will be made by electronic funds transfer (EFT). The Contractor must furnish all information requested by the District to set up EFT transactions for payments.
Offeror, by submitting an Offer, represents that it has read and understands the Solicitation and that its Offer is made in compliance with the Solicitation. Offerors are expected to examine the Solicitation thoroughly and should request an explanation of any ambiguities, discrepancies, errors, omissions, or conflicting statements in the Solicitation. Failure to do so will be at the Offeror’s risk. Offeror assumes responsibility for any patent ambiguity in the Solicitation that Offeror does not bring to the District’s attention.
Contractor shall not publish any comments or quotes by State employees, or include CCSD in either news releases or a published list of customers, without the prior written approval of the Procurement Official.
The District shall not enter into or sign any agreement, contract or other document that conflicts in any way with the District’s General Terms and Conditions and the requirements of this solicitation. Proposers should submit for review any agreement, contract or other document that the firm wishes the District to sign, through the INFORMATION FOR OFFERORS TO SUBMIT section. Submittal of such agreement, contract or other document does not constitute an acceptance of any terms and /or conditions contained in such document. Agreements, contracts or other documents that infringe upon the rights of the District or are not in the best interest of the District shall be determined to be non-responsive. The rights and authority of such determination is reserved solely by the staff of the District’s Contracts & Procurement Services Department. By Submitting a solicitation response, the proposer acknowledges that it has had the opportunity to inquire about the CCSD Consolidated Procurement Code, this solicitation and other District policy.
Contractor shall not perform any work prior to the receipt of a purchase order from CCSD. CCSD shall order any supplies or services to be furnished under this contract by issuing a purchase order. Purchase orders may be used to elect any options available under this contract, e.g., quantity, item, delivery date, payment method, but are subject to all terms and conditions of this contract. Purchase orders may be electronic. No particular form is required. An order placed pursuant to the purchasing card provision qualifies as a purchase order.
By submitting an offer, the offeror certifies that the offeror has and will comply with, and has not, and will not, induce a person to violate Title 8, Chapter 13 of the South Carolina Code of Laws, as amended (ethics act). The following statutes require special attention: Section 8-13-700, regarding use of official position for financial gain; Section 8-13-705, regarding gifts to influence action of public official; Section 8-13-720, regarding offering money for advice or assistance of public official; Sections 8-13-755 and 8-13-760, regarding restrictions on employment by former public official; Section 8-13-775, prohibiting public official with economic interests from acting on contracts; Section 8-13-790, regarding recovery of kickbacks; Section 8-13-1150, regarding statements to be filed by consultants; and Section 8-13-1342, regarding restrictions on contributions by Contractor to candidate who participated in awarding of contract. CCSD may rescind any contract and recover all amounts expended as a result of any action taken in violation of this provision. If contractor participates, directly or indirectly, in the evaluation or award of public contracts, including without limitation, change orders or task orders regarding a public contract, Contractor shall, if required by law to file such a statement, provide the statement required by Section 8-13-1150 to the Procurement Official at the same time the law requires the statement to be filed.
The Parties’ rights and obligations which, by their nature, would continue beyond the termination, cancellation, rejection, or expiration of this contract shall survive such termination, cancellation, rejection, or expiration, including, but not limited to, the rights and obligations created by the following clauses: Indemnification - Third Party Claims, Intellectual Property Indemnification, and any provisions regarding warranty or audit.
Offerors may submit more than one Offer, provided that each Offer has significant differences other than price. Each separate Offer must satisfy all Solicitation requirements. If this solicitation is an Invitation for Bids, each separate offer must be submitted or uploaded as a separate document and must clearly indicate that it is a separate offer. If this solicitation is a Request for Proposals, multiple offers may be submitted or uploaded as one document, provided that you clearly differentiate between each offer and you submit a separate cost proposal for each offer, if applicable.
All contact should be directed to Josh Gadsden, josh_gadsden@charlestoncountyschools.gov, (843) 743-2537. No company should contact District staff directly. All questions should be directed in writing through the Procurement Portal or to Josh Gadsden. Email josh_gadsden@charlestoncountyschools.gov. Answers to any questions submitted will be sent to all companies via solicitation amendment.
Any tax the Contractor may be required to collect or pay upon the sale, use or delivery of the products shall be paid by CCSD, and such sums shall be due and payable to the Contractor upon acceptance. Any personal property taxes levied after delivery shall be paid by CCSD. It shall be solely CCSD’s obligation, after payment to Contractor, to challenge the applicability of any tax by negotiation with, or action against, the taxing authority. Contractor agrees to refund any tax collected, which is subsequently determined not to be proper and for which a refund has been paid to Contractor by the taxing authority. In the event that the contractor fails to pay, or delays in paying, to any taxing authorities, sums paid by CCSD to Contractor, Contractor shall be liable to CCSD for any loss (such as the assessment of additional interest) caused by virtue of this failure or delay. Taxes based on Contractor’s net income or assets shall be the sole responsibility of the Contractor.
Payment and performance obligations for succeeding fiscal periods shall be subject to the availability and appropriation of funds therefor. When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the contract shall be canceled. In the event of a cancellation pursuant to this paragraph, Contractor will be reimbursed the resulting unamortized, reasonably incurred, nonrecurring costs. Contractor will not be reimbursed any costs amortized beyond the initial contract term.
If an emergency or unanticipated event interrupts normal District processes so that offers cannot be received at the District office designated for receipt of bids by the exact time specified in the solicitation, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal District’s processes resume. In lieu of an automatic extension, an amendment may be issued to reschedule bid opening. If District offices are closed at the time a pre-bid or pre-proposal conference is scheduled, an amendment will be issued to reschedule the conference.
Do not include any sales or use taxes in your price that the District may be required to pay. Any taxes in your bid that the district may be required pay, shall be provided as a separate line item.
Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. The disclosures are forwarded from tier to tier up to the recipient.
(a) Fixed Price. If a fixed price is required, award will not be made on an Offer if the total possible price to CCSD cannot be determined. (b) Price Reasonableness: Any offer may be rejected if the Procurement Official determines in writing that it is unreasonable as to price. (c) Unbalanced Pricing. CCSD will analyze all offers with separately priced line items or subline items to determine if the prices are unbalanced. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more line items is significantly over or understated. The responsible Procurement Official may reject an offer as unreasonably priced if she determines that unbalanced pricing increases performance risk (e.g., it is so unbalanced as to be tantamount to allowing an advance payment) or could result in payment of unreasonably high prices. S.C. Code Ann. Reg. 19-445.2122C.
By submitting an Offer, Offeror represents that Offeror is not currently engaged in the boycott of a person or an entity based in or doing business with a jurisdiction with whom South Carolina can enjoy open trade, as defined in SC Code Section 11-35-5300.
(1) Contract Modification and/or Change Order. By a written order, at any time, and without notice to any surety, the Procurement Official may, subject to all appropriate adjustments, make changes within the general scope of this contract in any one or more of the following:
(a) drawings, designs, or specifications, if the supplies to be furnished are to be specially manufactured for CCSD in accordance therewith;
(b) method of shipment or packing;
(c) place of delivery;
(d) description of services to be performed;
(e) time of performance (i.e., hours of the day, days of
the week, etc.); or,
(f) place of performance of the services.
Subparagraphs (a) to (c) apply only if supplies are furnished under this contract. Subparagraphs (d) to (f) apply only if services are performed under this contract.
(2) Adjustments of Price or Time for Performance. If any such change increases or decreases the contractor's cost of, or the time required for, performance of any part of the work under this contract, whether or not changed by the order, an adjustment shall be made in the contract price, the delivery schedule, or both, and the contract modified in writing accordingly. Failure of the parties to agree to an adjustment shall not excuse the Contractor from proceeding with the contract as changed, provided that CCSD promptly and duly make such provisional adjustments in payment or time for performance as may be reasonable. By proceeding with the work, the contractor shall not be deemed to have prejudiced any claim for additional compensation, or an extension of time for completion.
(3) Time Period for Claim. Within 30 days after receipt of a written contract modification under Paragraph (1) of this clause, unless such period is extended by the Procurement Official in writing, the Contractor shall file notice of intent to assert a claim for an adjustment. Later notification shall not bar the Contractor's claim unless CCSD is prejudiced by the delay in notification.
(4) Claim Barred After Final Payment. No claim by the Contractor for an adjustment hereunder shall be allowed if notice is not given prior to final payment under this contract.
The parties expressly agree that the UN Convention on the International Sale of Goods shall not apply to this agreement.
Bids shall be considered only from bidders whose bids are deemed responsive and who are regularly established in the business called for
and who in the judgment of the District are financially and otherwise responsible and able to show evidence of their reliability, ability, and
experience, and who are able to render good faith performance and prompt and satisfactory service in the volume called for under this
contract.
Contracts and subgrants of amounts in excess of $100,000 shall contain a provision that requires the recipient to agree to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401 et seq.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251 et seq.). Violations shall be reported to ED and the Regional Office of the Environmental Protection Agency (EPA).
(a) If you are aggrieved in connection with the solicitation or award of the contract, you may be entitled to protest pursuant to Section
4210 of the Charleston County School District Consolidated Procurement Code which is available at
https://resources.finalsite.net/images/v1721239491/ccsdschoolscom/h4hyrbxco7qdkh4vghhz/Final2021ModelSchoolDistrictProcurement
CodeRM.pdf
Violation of these restrictions may result in disqualification of your offer, suspension or debarment, and may constitute a violation of law.
During the term of the Contract, Contractor shall comply with all applicable provisions of laws, codes, ordinances, rules, regulations, and tariffs.
Offers will be publicly opened at the date/time on the Timeline, or as modified by amendment, whichever is applicable.
QUESTIONS FROM OFFERORS - FORM OF AMENDMENT
FORM OF AMENDMENTS MAY READ AS FOLLOWS:
THE SOLICITATION IS AMENDED AS PROVIDED HEREIN. INFORMATION OR CHANGES RESULTING FROM QUESTIONS WILL BE SHOWN IN A QUESTION-AND-ANSWER FORMAT. ALL QUESTIONS RECEIVED HAVE BEEN REPRINTED BELOW. THE CCSD'S RESPONSE” SHOULD BE READ WITHOUT REFERENCE TO THE QUESTIONS. THE QUESTIONS ARE INCLUDED SOLELY TO PROVIDE A CROSS-REFERENCE TO THE POTENTIAL OFFEROR THAT SUBMITTED THE QUESTION. QUESTIONS DO NOT FORM A PART OF THE CONTRACT; CCSD’s RESPONSE” DOES. ANY RESTATEMENT OF PART OR ALL OF AN EXISTING PROVISION OF THE SOLICITATION IN AN ANSWER DOES NOT MODIFY THE ORIGINAL PROVISION EXCEPT AS FOLLOWS: UNDERLINED TEXT IS ADDED TO THE ORIGINAL PROVISON. STRICKEN TEXT IS DELETED.
Questions or problems arising after award of this solicitation shall be directed to the Procurement Official at 3999 Bridge View Drive, North Charleston, SC 29405.
The District may cancel this solicitation in whole or in part. The District may reject any or all proposals in whole or in part.
Any change orders, alterations, post award amendments or other modifications hereunder shall not be effective unless in writing and approved and signed by the District and the Vendor.
(a) Award will not be made on a nonresponsive offer. An offer is responsive if it conforms in all material aspects to the invitation for bids or request for proposal (b) Bid as Specified. Offers for supplies or services other than those specified will not be considered unless authorized by the Solicitation.
No sales may be made pursuant to this contract for any item or service that is not expressly listed. No sales may be made pursuant to this contract after expiration of this contract. Violation of this provision may result in termination of this contract and may subject contractor to suspension or debarment.
Vendors who violate this contract will be considered in breach and subject to cancellation for cause. Vendors may be suspended or debarred from doing business with the District. Examples of vendor violations include, but are not limited to:
Every Offer must be signed by an individual with actual authority to bind the Offeror. (a) If the Offeror is an individual, the Offer must be signed by that individual. If the Offeror is an individual doing business as a firm, the Offer must be submitted in the firm name, signed by the individual, and state that the individual is doing business as a firm. (b) If the Offeror is a partnership, the Offer must be submitted in the partnership name, followed by the words “by its Partner,” and signed by a general partner. (c) If the Offeror is a corporation, the Offer must be submitted in the corporate name, followed by the signature and title of the person authorized to sign. (d) An Offer may be submitted by a joint venture for construction contracts only involving any combination of individuals, partnerships, or corporations. If the Offeror is a joint venture, the Offer must be submitted in the name of the joint venture and signed by every participant in the joint venture in the manner prescribed in paragraphs (a) through (c) above for each type of participant. (e) If an Offer is signed by an agent, other than as stated in subparagraphs (a) through (d) above, the Offer must state that it is and has been signed by an Agent. Upon request, Offeror must provide proof of the agent’s authorization to bind the principal. (f) If the Offeror is a limited liability company, the Offer must be submitted in the name of the LLC, followed
by the signature of a member authorized to sign.
By submitting a bid and signing the bid schedule, vendors are providing written assurance of non-collusion and understanding and acceptance of all general and special conditions stated in this contract. It will be assumed that the service or materials you propose to provide conform(s) with all the provisions of the indicated specifications, unless you specifically note otherwise. In addition, this signature certifies that the firm or agency represented in the bid submitted complies with all applicable federal, state, and local laws and regulations.
Where applicable, all contracts awarded by recipients in excess of $2,000 for construction contracts and in excess of $2500 for other contracts that involve the employment of mechanics or laborers must include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327–333), as supplemented by Department of Labor regulations (29 CFR Part 5). Under Section 102 of the Act, each Contractor shall be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than 11/2times the basic rate of pay for all hours worked in excess of 40 hours in the work week. Section 107 of the Act is applicable to construction work and provides that no laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous. These requirements do not apply to the purchases of supplies or materials or articles Ordinarily available on the open market, or contracts for transportation or transmission of intelligence.
The Contractor will be considered the sole point of contact with regard to all situations, including payment of all charges and the meeting of all other requirements.
Unless specifically instructed otherwise in the solicitation, you should submit your offer or modification through the Procurement Portal at https://procurement.opengov.com/portal/ccsd. Paper offers are discouraged. If you must submit a paper offer or modification the following instructions apply. (a) All prices and notations should be printed in ink or typewritten. Errors should be crossed out, corrections entered and initialed by the person signing the bid. Do not modify the solicitation document itself (including bid schedule). (b) (1) All copies of the offer or modification, and any other documents required to be submitted with the offer shall be enclosed in a sealed, opaque envelope or package. (2) Submit your offer or modification to the address on the Cover Page. (3) The envelope or package must show the time and date specified for opening, the solicitation number, and the name and address of the bidder. If the offer or modification is sent by mail or special delivery service (UPS, Federal Express, etc.), the outermost envelope or wrapper must be labeled “OFFER ENCLOSED” on the face thereof. (c) If you are responding to more than one solicitation, submit each offer in a separate envelope or package. (d) Submit the number of copies indicated on the Cover Page. (e) Facsimile or e-mail offers, modifications, or withdrawals, will not be considered unless authorized by the Solicitation.
The Contractor shall enforce strict discipline and good order among the Contractor’s employees and other persons carrying out the Contract. The Contractor shall not permit employment of unfit persons or persons not skilled in tasks assigned to them.
Upon termination of the contract for any reason, CCSD shall have the right, upon demand, to obtain access to, and possession of, all CCSD properties, including, but not limited to, current copies of all CCSD application programs and necessary documentation, all data, files, intermediate materials and supplies held by the contractor. Contractor shall not use, reproduce, distribute, display, or sell any data, material, or documentation owned exclusively by CCSD without CCSD’s written consent, except to the extent necessary to carry out the work.
Offers may be withdrawn by written notice received at any time before the exact time set for opening. If submitting electronically, offers may be withdrawn through the Procurement Portal, up until the Bid Submission Deadline. A bid may be withdrawn in person by a bidder or its authorized representative if, before the exact time set for opening, the identity of the person requesting withdrawal is established and the person signs a receipt for the bid.
No Pre-Bid Conference or Site Visit is scheduled.
The District will rely upon the Contractor for full, complete, and satisfactory performance under the terms and conditions of this agreement.
IThe Ccontractor shall provide and pay for all materials, tools, equipment, labor and professional and non-professional services, and shall
perform all other acts and supply all other things necessary, to fully and properly perform and complete the work. The Contractor must act as the prime contractor and assume full responsibility for any subcontractor’s performance. The Contractor will be considered the sole point of contact with regard to all situations, including payment of all charges and the meeting of all other requirements.
A NO VALUE Pre-Bid Conference will be held at NO VALUE on NO VALUE at NO VALUE.
All contracts and subgrants in excess of $2,000 for construction or repair awarded by recipients and subrecipients must include a provision for compliance with the Copeland “Anti-Kickback” Act (18 U.S.C. 874), as supplemented by Department of Labor regulations (29 CFR Part 3—Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States). The Act provides that each contractor or subrecipient shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. The recipient shall report all suspected or reported violations to the Federal awarding agency.
After opening, discussions may be conducted with apparent responsive bidders for the purpose of clarification to assure full understanding of the requirements of the invitation for bids. All bids, in the Procurement Official’s sole judgment, needing clarification must be accorded that opportunity.
When required by Federal program legislation, all construction contracts awarded by the recipients and subrecipients of more than $2,000 shall include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 276a to a-7) and as supplemented by Department of Labor regulations (29 CFR Part 5—Labor Standards Provisions.
Applicable to Contracts Governing Federally Financed and Assisted Construction). Under this Act, contractors shall be required to pay wages to laborers and mechanics at a rate not less than the minimum wages specified in a wage determination made by the Secretary of Labor. In addition, contractors shall be required to pay wages not less than once a week. The recipient shall place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation and the award of a contract shall be conditioned upon the acceptance of the wage determination. The recipient shall report all suspected or reported violations to the Federal awarding agency.
No contract may be made to parties listed on the General Services Administration's List of Parties Excluded from Federal Procurement or Nonprocurement Programs in accordance with E.O 12549 and E.O. 12689—Debarment and Suspension. This list contains the names of parties debarred, suspended, or otherwise excluded by agencies, and contractors declared ineligible under statutory or regulatory authority other than E.O. 12549. Contractors with awards that exceed the small purchase threshold must provide the required Certification regarding its exclusion status and that of its principal employees.
Any protest must be addressed to the Chief Procurement Officer and submitted in writing by post or delivery to 3999 Bridge View Drive, North Charleston, SC 29405.
CCSD may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any material contract terms and conditions, or fails to provide CCSD, upon request, with adequate assurances of future performance. In the event of termination for cause, CCSD shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to CCSD for any and all rights and remedies provided by law. If it is determined that CCSD improperly terminated this contract for default, such termination shall be deemed a termination for convenience.
On June 16, 2009, the South Carolina General Assembly rewrote the law governing preferences available to in-state vendors, vendors using in- state subcontractors, and vendors selling in-state or US end products. This law appears in Section 11-35-1524 of the South Carolina Code of Laws. A summary of the new preferences is available at www.procurement.sc.gov/preferences www.procurement.sc.gov/preferences. ALL THE PREFERENCES MUST BE CLAIMED AND ARE APPLIED BY LINE ITEM, REGARDLESS OF WHETHER AWARD IS MADE BY ITEM OR LOT. VENDORS ARE CAUTIONED TO CAREFULLY REVIEW THE STATUTE BEFORE CLAIMING ANY PREFERENCES. THE REQUIREMENTS TO QUALIFY HAVE CHANGED. IF YOU REQUEST A PREFERENCE, YOU ARE CERTIFYING THAT YOUR OFFER QUALIFIES FOR THE PREFERENCE YOU’VE CLAIMED. IMPROPERLY REQUESTING A PREFERENCE CAN HAVE SERIOUS CONSEQUENCES.
CCSD may bid separately any unusual requirements or large quantities of supplies covered by this contract.
Section 11-35-1524 provides a preference to vendors offering South Carolina end-products or US end- products, if those products are made, manufactured, or grown in SC or the US, respectively. An end-product is the tangible project identified for acquisition in this solicitation, including all component parts in final form and ready for the use intended. The terms “made,” “manufactured,” and “grown” are defined by Section 11-35-1524(A). By signing your offer and checking the appropriate space(s) provided and identified on the bid schedule, you certify that the end-product(s) is either made, manufactured or grown in South Carolina, or other states of the United States, as applicable. Preference will be applied as required by law. Post award substitutions are prohibited. See “Substitutions Prohibited - End Product Preferences.
To qualify for the RVP, you must maintain an office in this state. An office is a nonmobile place for the regular transaction of business or performance of a particular service which has been operated as such by the bidder for at least one year before the bid opening and during that year the place has been staffed for at least fifty weeks by at least two employees for at least thirty five hours a week each. In addition, you must either: (1) maintain at a location in South Carolina at the time of the bid an inventory of expendable items which are representative of the general type of commodities for which the award will be made and which have a minimum total value, based on the bid price, equal to the lesser of fifty thousand dollars [$50,000] or the annual amount of the contract; or (2) be a manufacturer headquartered and having an annual payroll of at least one million dollars in South Carolina and the end product being sold is either made or processed from raw materials into a finished end product by that manufacturer or its affiliate (as defined in Section 1563 of the Internal Revenue Code).
The total quantity of purchases of any individual item on the contract is not known. CCSD does not guarantee that the CCSD will buy any specified item or total amount. The omission of an estimated purchase quantity does not indicate a lack of need but rather a lack of historical information.
To qualify for the RCP, you must maintain an office in this state. An office is a nonmobile place for the regular transaction of business or performance of a particular service which has been operated as such by the bidder for at least one year before the bid opening and during that year the place has been staffed for at least fifty weeks by at least two employees for at least thirty five hours a week each. In addition, you must, at the time you submit your bid, directly employ, or have a documented commitment with, individuals domiciled in South Carolina that will perform services expressly required by the solicitation and your total direct labor cost for those individuals to provide those services must exceed fifty percent of your total bid price. [11-35-1524(C)(1)(iii)] Upon request by the procurement officer, you must identify the persons domiciled in South Carolina that will perform the services involved in the procurement upon which you rely in qualifying for the preference, the services those individuals are to perform, and documentation of the your labor cost for each person identified. If requested, your failure to provide this information promptly will be grounds to deny the preference (and, potentially, for other enforcement action).
All contracts must contain a provision requiring compliance with E.O. 11246—Equal Employment Opportunity, as amended by E.O. 11375-Amending Executive Order 11246 Relating to Equal Employment Opportunity, and as supplemented by regulations at 41 CFR Part 60-Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor
To qualify for this preference, You must meet the following requirements. (1) You must -- at the time you submit your bid -- have a documented commitment from a single proposed first tier subcontractor to perform some portion of the services expressly required by the solicitation. (2) The subcontractor -- at the time you submit your bid -- must directly employ, or have a documented commitment with, individuals domiciled in South Carolina that will perform services expressly required by the solicitation and the total direct labor cost to the subcontractor for those individuals to provide those services exceeds, as applicable, either twenty percent for a 2% preference or forty percent of bidder’s total bid price for a 4% preference. (3) You must identify the subcontractor that will perform the work, the work the subcontractor is to perform, and your factual basis for concluding that the subcontractor’s work constitutes the required percentage of the work to be performed in the procurement. [11-35-1524(D)] You can stack this preference, i.e., earn another 2% or 4% preference for each additional qualifying subcontractor, but the preference is capped. [11-35-1524(D)(4), (E)(7)] Upon request by the procurement officer, you must identify the persons domiciled in South Carolina that are to perform the services involved in the procurement upon which you rely in qualifying for the preference, the services those individuals are to perform, the employer of those persons, your relationship with the employer, and documentation of the subcontractor’s labor cost for each person identified. If requested, your failure to provide this information promptly will be grounds to deny the preference (and, potentially, for other enforcement action). YOU WILL NOT RECEIVE THE PREFERENCE UNLESS YOU SPECIFY WHETHER YOUR ARE CLAIMING THE 2% OR 4% PREFERENCE AND YOU PROVIDE THE INFORMATION REQUIRED BY ITEM (3) ABOVE.
According to the S.C. Code of Laws Section 16-13-240, "a person who by false pretense or representation obtains the signature of a person to a written instrument or obtains from another person any chattel, money, valuable security, or other property, real or personal, with intent to cheat and defraud a person of that property is guilty" of a crime.
The vendor shall not be liable for any excess costs if the failure to perform the contract arises out of causes beyond the control and without the fault or negligence of the vendor. Such causes may include, but are not restricted to acts of God or of the public enemy, acts of the government in either its sovereign or contract capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather but in every case the failure to perform must be beyond the control and without the fault or negligence of the vendor. If the failure to perform is caused by default of a sub vendor, and if such default arises out of causes beyond the control of both the vendor and sub vendor, and without the fault or negligence of either of them, the vendor shall not be liable for any excess costs for failure to perform, unless the supplies or services to be furnished by the sub vendor were obtainable from other sources in sufficient time to permit the vendor to meet required delivery schedule.
Offerors will not be given an opportunity to correct any material nonconformity. Any deficiency resulting from a minor informality may be cured or waived at the sole discretion of the Procurement Officer.
The vendor shall supply a guarantee for all workmanship for the equipment he/she is furnishing for a period comparable to the standards in the industry or as otherwise expressly required by this solicitation. When defects or faulty materials are discovered during the guarantee period, the vendor shall, immediately, upon notification by the District, process at his/her own expense, to repair or replace the same.
(An overview is available at www.procurement.sc.gov) By signing your offer, you certify that you will comply with the applicable requirements of Title 8, Chapter 14 of the South Carolina Code of Laws and agree to provide to CCSD upon request any documentation required to establish either: (a) that Title 8, Chapter 14 is inapplicable to you and your subcontractors or sub-subcontractors; or (b) that you and your subcontractors or sub-subcontractors are in compliance with Title 8, Chapter 14. Pursuant to Section 8-14-60, “A person who knowingly makes or files any false, fictitious, or fraudulent document, statement, or report pursuant to this chapter is guilty of a felony, and, upon conviction, must be fined within the discretion of the court or imprisoned for not more than five years, or both.” You agree to include in any contracts with your subcontractors language requiring your subcontractors to (a) comply with the applicable requirements of Title 8, Chapter 14, and (b) include in their contracts with the sub-subcontractors language requiring the sub-subcontractors to comply with the applicable requirements of Title 8, Chapter 14.
(a) Without limitation and notwithstanding any provision in this agreement, Contractor shall, upon receipt of notification, defend and indemnify CCSD, its instrumentalities, agencies, departments, boards, political subdivisions and all their respective officers, agents and employees against all actions, proceedings or claims of any nature (and all damages, settlement payments, attorneys’ fees (including inside counsel), costs, expenses, losses or liabilities attributable thereto) by any third party asserting or involving an IP right related to an acquired item. CCSD shall allow Contractor to defend such claim so long as the defense is diligently and capably prosecuted. CCSD shall allow Contractor to settle such claim so long as (i) all settlement payments are made by Contractor, and (ii) the settlement imposes no non-monetary obligation upon CCSD. CCSD shall reasonably cooperate with Contractor’s defense of such claim. (b) In the event an injunction or order shall be obtained against CCSD’s use of any acquired item, or if in Contractor’s opinion, the acquired item is likely to become the subject of a claim of infringement or violation of an IP right, Contractor shall, without in any way limiting the foregoing, and at its expense, either: (1) procure for CCSD the right to continue to use, or have used, the acquired item, or (2) replace or modify the acquired item so that it becomes non-infringing but only if the modification or replacement does not adversely affect the specifications for the acquired item or its use by CCSD. If neither (1) nor (2), above, is practical, CCSD may require that Contractor remove the acquired item from CCSD, refund to CCSD any charges paid by CCSD therefor, and take all steps necessary to have CCSD released from any further liability. (c) Contractors obligations under this paragraph do not apply to a claim to the extent (i) that the claim is caused by Contractor’s compliance with specifications furnished by CCSD unless Contractor knew its compliance with CCSD’s specifications would infringe an IP right, or (ii) that the claim is caused by Contractor’s compliance with specifications furnished by CCSD if CCSD knowingly relied on a third party’s IP right to develop the specifications provided to Contractor and failed to identify such product to Contractor. (d) As used in this paragraph, these terms are defined as follows: “IP right(s)” means a patent, copyright, trademark, trade secret, or any other proprietary right. “Acquired item(s)” means the rights, goods, or services furnished under this agreement. “Specification(s)” means a detailed, exact statement of particulars such as a statement prescribing materials, dimensions, and quality of work. (e) Contractor’s obligations under this clause shall survive the termination, cancellation, rejection, or expiration of this Agreement.
CONTRACTOR’S LIABILITY INSURANCE - GENERAL (a) Without limiting any of the obligations or liabilities of Contractor, Contractor shall procure from a company or companies lawfully authorized to do business in South Carolina and with a current A.M. Best rating of no less than A: VII, and maintain for the duration of the contract, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work and the results of that work by the contractor, his agents, representatives, employees or subcontractors. (b) Coverage shall be at least as broad as: (1) Commercial General Liability (CGL): Insurance Services Office (ISO) Form CG 00 01 12 07 covering CGL on an “occurrence” basis, including products-completed operations, personal and advertising injury, with limits no less than $1,000,000 per occurrence. If a general aggregate limit applies, the general aggregate limit shall be twice the required occurrence limit. This contract shall be considered to be an “insured contract” as defined in the policy. (2) Auto Liability: ISO Form Number CA 00 01 covering any auto (Code 1), or if Contractor has no owned autos, hired, (Code 8) and non-owned autos (Code 9), with limits no less than $1,000,000 per accident for bodily injury and property damage. (3) Worker’s Compensation: As required by the State of South Carolina, with Statutory Limits, and Employer’s Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. (c) CCSD, and the officers, officials, employees and volunteers of any of them, must be covered as additional insureds on the CGL policy with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts or equipment furnished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the Contractor’s insurance at least as broad as ISO Form CG 20 10 11 85 or if not available, through the addition of both CG 20 10 and CG 20 37 if a later edition is used. (d) For any claims related to this contract, the Contractor’s insurance coverage shall be primary insurance as respects CCSD, and the officers, officials, employees and volunteers of any of them. Any insurance or self-insurance maintained by CCSD, or the officers, officials, employees and volunteers of any of them, shall be excess of the Contractor’s insurance and shall not contribute with it. (e) Prior to commencement of the work, the Contractor shall furnish CCSD with original certificates and amendatory endorsements or copies of the applicable policy language effecting coverage required by this section. All certificates are to be received and approved by CCSD before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor’s obligation to provide them. CCSD reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by this section, at any time. (f) Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions. In addition, the Contractor shall notify CCSD immediately upon receiving any information that any of the coverages required by this section are or will be changed, cancelled, or replaced. (g) Contractor hereby grants to CCSD a waiver of any right to subrogation which any insurer of said Contractor may acquire against CCSD by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to effect this waiver of subrogation, but this provision applies regardless of whether or not CCSD has received a waiver of subrogation endorsement from the insurer. (h) Any deductibles or self-insured retentions must be declared to and approved by CCSD. CCSD may require the Contractor to purchase coverage with a lower deductible or retention or provide proof of ability to pay losses and related investigations, claim administration, and defense expenses within the retention. (i) CCSD reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. In no event shall any failure of CCSD to receive certified copies or certificates of policies required herein or to demand receipt of such certified copies or certificates prior to the Contractor’s commencing the Work be construed
|
Contractor warrants that upon notification by the District of a latent defect in design, material or workmanship, or a latent nonconformity of the services, material, or equipment to the specifications, which would have constituted a basis for rejection if discovered prior to acceptance, it will repair or replace or otherwise correct the defect to the level of performance specified in this solicitation.
The Contractor shall satisfy immediately any lien or encumbrance which, because of any act or default of the Contractor, is filed against the District. Mechanic’s liens may not be filed against CCSD property in South Carolina.
Any term or condition is void to the extent it requires CCSD to indemnify, defend, or pay attorney's fees to anyone for any reason.
In the event Contractor is unable for any reason to provide any material, services, supplies, products or other items of any type or variety to the District under this agreement, including but not limited to any such materials, services, supplies, etc. available from any other party (such as subcontractors) supplying said materials, services, etc. to Contractor, the District will have the right to deal directly with the other supplier without penalty or interference from Contractor.
In the event of inconsistency between provisions of this solicitation, the inconsistency shall be resolved by giving precedence in the following order: (a) bid pricing schedule, (b) bid specifications, (c) standard solicitation provisions/general contract clauses, whether incorporated by reference or otherwise, (d) special solicitation provisions/special purchase order clauses and (e) instructions to bidders.
If any of the Offeror’s proposal and/or bid has, as its basis, written statements (other than the solicitation) provided to him by the District (such as notification of a change in the specifications), the Offeror is to identify and include those statements in his proposal/bid at the place or places applicable.
All shipments will be FOB destination, freight prepaid, to the purchase order “ship to” location. The purchase order number should be clearly stated on freight tickets. The parties agree hereto that delivery by the vendor to the common carrier does not constitute delivery to the district. Any claims for loss or damage should be between the vendor and the carriers.
The District may conduct, or have conducted, performance audits of the vendor. The District may conduct, or have conducted, audits of specific requirements of this solicitation as determined necessary by the District.
Pertaining to all audits, vendor shall make available to the District access to its computer files containing the history of contract performance and all other documents related to the audit. Additionally, any software used by the vendor shall be made available for auditing purposes at no cost to the District.
Prices under this contract are either "firm fixed" or “not to exceed” prices. District is not authorized to pay more than the stated price. Contractors may offer, and District may accept prices below those listed on the contract. Submission of the bid schedule certifies that the bid is accurate and binding and that all costs are shown and accurately reflects the total cost. All prices shall be stated in United States currency.
Upon approval of the Procurement Official, prices may be adjusted for any renewal term. Prices shall not be increased during the initial term. Any request for a price increase must be received by the Procurement Official at least ninety (90) days prior to the expiration of the applicable term and must be accompanied by sufficient documentation to justify the increase. If approved, a price increase becomes effective starting with the term beginning after approval. A price increase must be executed as a change order. Contractor may terminate this contract at the end of the then current term if a price increase request is denied. Notice of termination pursuant to this paragraph must be received by the Procurement Official no later than fifteen (15) days after the Procurement Official sends Contractor notice rejecting the requested price increase.
Upon request and adequate justification, the Procurement Official may grant a price increase up to, but not to exceed, the unadjusted percent change for the most recent 12 months for which data is available, that is not subject to revision, in the Consumer Price Index (CPI) for all urban consumers (CPI-U), “all items” for services, as determined by the Procurement Official. The Bureau of Labor and Statistics publishes this information on the web at www.bls.gov
I hereby certify that the price included in the proposal/bid is accurate and binding and that all costs are shown and accurately reflect my total proposal cost.
“an employee or any official of the School district, elective or appointive, who shall take, receive or offer to take or receive either directly, any rebate, percentage of contract, money or other things of value, as an inducement or intended inducement, in the Procurement of business, or the giving of business, for or to, or from any person, partnership, firm or corporation, offering bidding for, or in open market seeking to make sales to the School District shall be deemed guilty of a felony and upon conviction such person or persons shall be subject to punishment or fine in accord with state and/or federal laws.
The District requires all vendor activities to be in compliance with local, state, and federal mandates concerning “protection of human health and the environment”. Any vendor doing business with the District will be required to document compliance and to specify prudent practices used by the vendor to address applicable mandates including, but not restricted to “the hazard communication standard” OSHA CFR 191 0.1200 (SCRR article 1,71-1910.1200). By submission of this bid, the vendor agrees to take all necessary steps to ensure compliance with these requirements.
A purchase order may be enclosed with or issued pursuant to this contract, and will be an integral part of the resulting contract. The purchase order indicates that sufficient funds have been obligated in accordance with the budget of the District and assures distribution of the necessary receiving reports. The purchase order does not supersede any provisions of the resulting contract. Performance time and dates are determined solely by the contract and any modification thereto.
Contractor agrees to accept payment by the Purchasing Card for no extra charge. The Purchasing Card is issued by Visa. The purchasing card allows the District to make authorized purchases from a vendor without the requirement to issue a purchase order.
Vendor agrees not to refer to award of this contract in commercial advertising in such a manner as to state or imply that the products or services provided are endorsed or preferred by the user.
Unless otherwise indicated in this bid it is understood and agreed that any item offered or shipped on this bid shall be new and in first class condition, that all containers shall be new and suitable for storage or shipment, and that prices include standard commercial packaging. For information technology procurements as defined in Provision I., of the Charleston County School District Procurement Code, if items that are other than new (i.e. remanufactured or refurbished) are desired to be bid, the bidder must obtain written permission to bid such items at least 5 days in advance of bid opening from the person to whom inquiries are to be directed as listed on the front page of the invitation for bid.
The District reserves the right to reject any bid/proposal that contains prices for individual items or services that are unreasonable when compared to the same or other bids if such action is in the best interest of the District.
Neither party is an employee, agent, partner, or joint venturer of the other. Neither party has the right or ability to bind the other to any agreement with a third party or to incur any obligation or liability on behalf of the other party.
No purchases are to be made from this contract for any item that is not listed or for any item that is currently authorized under any other purchase order awarded prior to this contract.
Charleston County School District has the right to audit the books and records of the vendor as they pertain to this solicitation/contract, both independent of, and pursuant to, the CCSD Consolidated Procurement Code. Such books and records shall be maintained for a period of three (3) years from the date of final payment under the purchase order.
In the event any provision of this solicitation or the Agreement resulting from this solicitation is held to be invalid or unenforceable, the remaining provisions will remain in full force.
F.O.B. Destination. Destination is the shipping dock of CCSD's designated receiving site, or other location, as specified herein.
The agreement and any dispute, claim, or controversy relating to the agreement shall, in all respects, be interpreted, construed, enforced and governed by and under the laws of the State of South Carolina. All disputes, claims, or controversies relating to the agreement shall be resolved exclusively in accordance with the CCSD Consolidated Procurement Code. Vendor agrees that any act by the government regarding the agreement is not a waiver of either CCSD's sovereign immunity. As used in this paragraph, the term “agreement" means any transaction or agreement arising out of, relating to, or contemplated by the solicitation.
If you intend to subcontract with another business for any portion of the work and that portion exceeds 10% of your price, your offer must identify that business and the portion of work that they are to perform. Identify potential Subcontractors by providing the business’ name, address, phone, taxpayer identification number, point of contact, and Contractor's license number and issuing state, if applicable. In determining your responsibility, CCSD may evaluate your proposed Subcontractors.
The Contractor may not subcontract any portion of the services provided under this contract without obtaining the prior written approval of the District as required elsewhere herein, nor may the Contractor assign the contract or any of its rights or obligations hereunder, without prior written approval of the District. Any such subcontract or assignment shall include the Terms and Conditions of this contract and any other terms and conditions that the District deems necessary to protect its interests. The District shall not be responsible for the fulfillment of the Contractor's obligations to the subcontractors.
If you receive the award as a result of the South Carolina end product or United States end product preference, you may not substitute a nonqualifying end product for a qualified end product. If you violate this provision, CCSD may terminate your contract for cause and you may be debarred. In addition, you shall pay to CCSD an amount equal to twice the difference between the price paid by CCSD and your evaluated price for the item for which you delivered a substitute.
SUBCONTRACTOR SUBSTITUTION PROHIBITED - RESIDENT SUBCONTRACTOR PREFERENCE: If you receive an award as a result of the subcontractor preference, you may not substitute any business for the subcontractor upon which you relied to qualify for the preference, unless first approved in writing by the procurement officer. If you violate this provision, the State may terminate your contract for cause and you may be debarred. In addition, the procurement officer may require you to pay the State an amount equal to twice the difference between the price paid by the State and the price offered by the next lowest bidder, unless the substituted subcontractor qualifies for the preference.
The Parties' rights and obligations which, by their nature, would continue beyond the termination, cancellation, rejection, or expiration of this contract shall survive such termination, cancellation, rejection, or expiration, including, but not limited to, the rights and obligations created by the following clauses: Indemnification - Third Party Claims, Intellectual Property Indemnification, and any provisions regarding warranty or audit.
Subject to the conditions below, the District providing a (30) thirty-day advance notice in writing is given to the vendor may terminate the contract for any reason.
Any contract entered into by the District resulting from this bid invitation shall be subject to cancellation without damages or further obligation when funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period or appropriated year.
The Procurement Official may terminate this contract in whole or in part, for the convenience of CCSD. In such a termination, the Procurement Official may require the Contractor to transfer title and deliver to CCSD in the manner and to the extent directed by the Procurement Official: (a) any completed supplies; and (b) such partially completed supplies and materials, parts, tools, dies, jigs, fixtures, plans, drawings, information, and contract rights (hereinafter called “manufacturing material”) as the Contractor has specifically produced or specially acquired for the performance of the terminated part of this contract. Upon such termination, the contractor shall (a) stop work to the extent specified, (b) terminate any subcontracts as they relate to the terminated work, and (c) be paid the following amounts without duplication, subject to the other terms of this contract: (i) contract prices for supplies or services accepted under the contract, (ii) reasonable costs incurred in terminating the unperformed portion of the work, and (iii) any other reasonable costs that the Contractor can demonstrate to the satisfaction of CCSD, using its standard record keeping system, have resulted from the termination. The Contractor shall not be paid for any work performed or costs incurred that reasonably could have been avoided. As a condition of payment, Contractor shall submit within three months of the effective date of the termination a claim specifying the amounts due because of the termination. The absence of an appropriate termination for convenience clause in any subcontract shall not increase the obligation of CCSD beyond what it would have been had the subcontract contained such a clause.
CCSD may terminate this contract for default, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails to comply with any material contract terms and conditions, or fails to provide CCSD, upon request, with adequate assurances of future performance. If the Contractor defaults or neglects to carry out the work or provide the services as required, and fails within a seven
(7) day period after receipt of notice from CCSD to commence and continue correction of default or neglect with diligence and promptness satisfactory as determined solely by CCSD, CCSD may declare a default and terminate the agreement. The thirty (30) day notice requirement is hereby waived. In case of default by the vendor, the District reserves the right to purchase any or all items in default in the open market, charging the vendor with any additional costs. In the event of termination for cause, CCSD shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to CCSD for any and all rights and remedies provided by law. The
defaulting vendor shall not be considered a responsible bidder until the assessed charge has been satisfied. Actions taken by CCSD as described herein are without prejudice to other remedies that CCSD may have pursuant to contract, law or equity. If it is determined that CCSD improperly terminated this contract for default, such termination shall be deemed a termination for convenience.
In accordance with S. C. Code Workplace Act, Sections 44-107-10, et seq., SC Code, (1976) this contract is subject to immediate termination, suspension of payment, or both if the CONTRACTOR fails to comply with the terms of the Drug Free Workplace Act. The District will not be liable for any termination costs; the thirty (30) days advance notice requirement is waived.
In the event termination is due to malicious acts by the Contractor, subcontractor or representative(s) of same that may endanger the property, employees, or reputation and/or financial status of the District, termination of the contract shall be effective immediately upon verbal notification by any District representative. The Provider shall cease all services within twenty-four (24) hours of the verbal notice of termination. In the event of termination the vendor shall be paid for services performed up to the termination date.
This contract is voidable and subject to immediate termination by the District upon the contractor's insolvency, including the filing of proceedings in bankruptcy.
Requests for termination for convenience of this contract by the Contractor must be received in writing by the Procurement Official at least ninety (90) days before the requested contract termination date and is subject to approval or rejection by CCSD.
The effective date of this contract is the first day of the Maximum Contract Period as specified on the final statement of award. The initial term of this agreement is one year from the effective date. Regardless, this contract expires no later than the last date stated on the final statement of award.
At the end of the initial term, and at the end of each renewal term, this contract shall automatically renew for a period of one year, not to exceed 5 (five) years total, unless contractor receives notice that CCSD elects not to renew the contract at least thirty (30) days prior to the date of renewal. Regardless, this contract expires no later than the last date stated on the final statement of award.
This Contract is made solely and specifically among and for the benefit of the parties hereto, and their respective successors and assigns, and no other person will have any rights, interest, or claims hereunder or be entitled to any benefits under or on account of this Contract as a third party beneficiary or otherwise.
Upon final acceptance, the products and or services provided by the Contractor under this contract shall be warranted by the Contractor to perform in compliance with the specifications and terms and conditions of this contract for a minimum period of one year or as otherwise required by this solicitation. When notified by the District of defects requiring correction under the Contractor’s warranty, the Contractor shall diligently provide the required corrections. Manufacturer warranties for third party products supplied by the Contractor shall be provided to the District in writing prior to final payment.
The waiver of any part of this contract shall not be construed to be a waiver of the whole and the remaining terms and conditions shall remain in full force and effect. No waiver of right, obligation, or default shall be implied, but must be in writing, signed by the party against whom the waiver is sought to be enforced. One or more waivers of any right, obligation, or default shall not be construed to waive any subsequent right, obligation, or default.
Please upload your Certificate of Insurance.
If your offer includes any information that you marked as “Confidential,” “Trade Secret,” or “Protected” in accordance with the clause entitled “Submitting Confidential Information,” you must also submit one complete copy of your offer from which you have removed or concealed such information ( the redacted copy). The redacted copy should (i) reflect the same pagination as the original, (ii) show the empty space from which information was redacted, and (iii) be submitted on magnetic media. (See clause entitled “Electronic Copies - Required Media and Format.”) Except for the information removed or concealed, the redacted copy must be identical to your original offer, and the Procurement Officer must be able to view, search, copy and print the redacted copy without a password.
In order to evaluate your responsibility, offeror shall submit the following information or documentation for the offeror and any subcontractor, if the value of subcontractor's portion of the work exceeds 10% of your price (if in doubt, provide the information) with bid or within 2 days of request by CCSD:
If you intend to subcontract, at any tier level, with another business for any portion of the work and that portion either (1) exceeds 10% of your cost, (2) involves access to any “government information,” as defined in the clause entitled “Information Security - Definitions,” if included, or (3) otherwise involves services critical to your performance of the work (err on the side of inclusion), your offer must identify that business and the work which they are to perform. Identify potential subcontractors by providing the business name, address, phone, taxpayer identification number, and point of contact. In determining your responsibility, the state may contact and evaluate your proposed subcontractors.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Provide three references from similar agencies you have performed similar services for in the past one (1) year.
Please include the following for each reference:
Industry:
Organization:
Address:
Contact Name & Title:
Telephone #/email:
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.