SLED Opportunity · SOUTH CAROLINA · CITY OF GREER

    Greer City Hall Interior Renovation

    Issued by City of Greer
    cityRFPCity of GreerSol. 245124
    Closed
    STATUS
    Closed
    due Apr 2, 2026
    PUBLISHED
    Mar 15, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    236220
    AI-classified industry

    AI Summary

    City of Greer seeks bids for interior renovation of City Hall to improve space utilization and functionality, including restroom conversion, office and file room updates, and mechanical and electrical upgrades.

    Opportunity details

    Solicitation No.
    245124
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    March 15, 2026
    Due Date
    April 2, 2026
    NAICS Code
    236220AI guide
    Jurisdiction
    City of Greer
    Agency
    City of Greer

    Description

    The City is soliciting bids for the interior renovation at City Hall focused on improving functionality and space utilization within the existing facility. The project includes the conversion of an existing janitor’s closet into a new single-user restroom that will also serve as a private lactation room, providing a safe, accessible, and family-friendly amenity for employees and visitors. Work will include associated plumbing, mechanical, electrical, and finish upgrades necessary to meet current building codes and accessibility standards.

    Additional renovations will take place on the third floor to better support administrative operations. The existing file room will be converted into a private office, the current mail room will be renovated to serve as a new file storage area, a portion of the existing work room will absorb the function of the mail room, and a small conference room will be constructed within the third-floor lobby area. The project will require selective demolition, reconfiguration of millwork, door and hardware modifications, updated lighting and HVAC adjustments, and interior finish improvements, all coordinated to minimize disruption to ongoing municipal operations.

    Project Details

    • Reference ID: 2026-016
    • Department: Capital Improvement Projects
    • Department Head: John Goughneour (Capital Projects Manager)

    Important Dates

    • Questions Due: 2026-03-24T21:00:00.000Z
    • Answers Posted By: 2026-03-27T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-18T18:00:00.000Z — Greer City Hall 301 E Poinsett Street Greer, SC 29651 Conference Room 116

    Addenda

    • Official Notice #1: Mandatory Pre-Bid Meeting Sign In Sheet (released 2026-03-18T19:05:08.848Z) —

      The City of Greer has posted the mandatory pre-bid meeting sign in sheet for Project #2026-016 Greer City Hall Interior Renovation.

    Evaluation Criteria

    • Commercial General Liability

      Limits of Insurance

      Each Occurrence$1,000,000
      Damage to rented premises$100,000
      Med Expense (per person)$15,000
      Personal & Advertising Injury$1,000,000
      General Aggregate$2,000,000
      Products-Completed Operations Aggregate$2,000,000

       

    • TERM OF BID

      Bids shall remain binding ninety (90) days after the date of closing.

    • DISSEMINATION OF INFORMATION DURING BID PROCESS

      Offerors are advised that oral explanations or instructions given by City personnel during the bid process, or at any time before the award of the contract will not be binding on the City. The only information given to an offeror concerning this request for bid is that information which is furnished through addenda. Written addenda will be issued when additional information is deemed necessary, and when lack of such information may prove prejudicial to uninformed offerors.

    • SCHEDULE FOR COMPETITIVE PROCUREMENT PROCESS
        1. Issue Date: Sunday, March 15, 2026
        2. Mandatory Pre-bid Meeting: Wednesday, March 18, 2026 at 2:00 pm, at Greer City Hall 301 E Poinsett Street Greer, SC 29651 Conference Room 116.
        3. Deadline for Questions: Tuesday, March 24, 2026 at 5:00 pm. All questions must be submitted through the e-procurement portal at https://procurement.opengov.com/portal/cityofgreer
        4. Deadline for City Responses: Friday, March 27, 2026, at 5:00 pm
        5. Bids must be submitted through the e-procurement portal and must be received no later than Thursday, April 2, 2026 at 11:00 am. Responses to the RFB received after this deadline will not be considered. Submittals must contain all the requested information.
    • General

      The City of Greer is requesting sealed bids from qualified contractors to perform an interior renovation at Greer City Hall.   Interested contractors should reference Attachment A - Project Manual Greer City Hall Renovation 2026 and Attachment B - Approved COG Set of Plans City Hall Renovation to understand the project requirements.

      A mandatory pre-bid meeting will be held on Wednesday, March 18th, 2026, at 2:00 pm. The meeting will take place at Greer City Hall, 301 East Poinsett Street, Greer, SC 29651. It is imperative that interested companies be punctual to this meeting. Only companies that attend the mandatory pre-bid meeting will be considered for this project.

      All unit and lump sum pricing provided in this bid must be inclusive of all taxes, labor, material, equipment, overhead, delivery/pick-up, profit, etc., attributable to this project.

    • AWARD

      The contract will be awarded to the most responsive and responsible offeror. The City reserves the right to waive any defect, omission, technicality, or informality in any bid which does not materially affect the terms of the bid in response to the Request for Bid or the Scope of Services, and to award the bid in the best interest of the City of Greer.

      The City reserves the right to reject any and all bids and to accept portions of bids. All challenges to specifications will be prohibited if not submitted in writing five (5) days prior to bid opening. All challenges to the bids, to include but not limited to, the bid process, bid opening, and award of bid, will be prohibited if not submitted in writing five (5) days after the bid opening. In deciding which offeror is the most responsive and responsible, the City will consider such factors, while not all-inclusive, as set forth below:

        1. The responsiveness of the offeror’s bid in describing the services it will provide to the City in response to the requirements of this Request for Bid and Scope of Services and the offeror’s ability to complete the contract.
        2. The offeror’s experience in providing the services requested pursuant to the Request for Bid and Scope of Services 
        3. The experience of the offeror’s personnel in providing services similar to those requested by this Request for Bid and Scope of Services 
        4. Analysis of work previously performed by the offeror on behalf of clients who have required similar services.
        5. The general reputation of the offeror.
        6. Whether the offeror’s proposed fees are fair and reasonable.
        7. Alternate equipment or service than those specified in the Scope of Services , may be proposed by the offeror. The alternate equipment or service must be equivalent or superior in quality to the item(s) specified in the Scope of Services. All alternates must be clearly indicated and marked as such. Each alternate will be considered, in whole and in part on its merits, as if related to the entire bid. The City reserves the right to accept or reject any alternate proposed equipment or service, in whole or in part, and to award the bid in the best interest of the City.
    • Automobile Liability

      Limits of Insurance

      Combined Single Limit$1,000,000
    • Additional Requirements
      • Primary respondent must hold a SCLLR issued and active General Contractor License with a Building Classification.  Copy of this license must be provided. Should the Primary respondent have sub-contractor(s), copies of their relevant SCLLR issued and active licenses must be provided as well.  Failure to provide the required License will be deemed Non-Responsive.
      • The Contractor shall perform all work, make all deliveries, and have access to work areas between 8:00 am and 5:00 pm Monday-Friday.
      • Driveways, loading areas, and entrances serving the premises should be kept clear and available to Owner, visitors, and emergency vehicles at all times. These areas should not be used for parking or storage of materials unless specifically identified for contractor's use.  A Possible Dumpster staging area and contractor parking location is identified in Attachment D - Contractor Staging.
      • Maintain clean work area at all times.  Remove and dispose of all rubbish, waste materials, and construction debris.  Site must be cleaned every day at the completion of work.
      • There shall be no safety hazards left overnight through the completion of the project.
      • Temporary construction signage advertising awarded respondent must be reviewed and approved by the City of Greer before placement.  The City reserves the right to deny sign placement for any reason.
      • Awarded respondent must obtain any required permits from the City of Greer Planning and Development Department.  
      • All staging, ladders, scaffolding, etc. shall be maintained at all times to meet OSHA safety requirements, and must not be a hazard to City personnel.
      • Contractor's personnel and subcontractors must be trained and certified to operate any equipment in a safe manner and OSHA safety requirements must be maintained at all times.  
      • All measurements and quantities supplied in this scope of work are approximate in nature and are supplied as a convenience to the contractor.  The contractor is responsible for field verification of all measurements and quantities.
      • Contractor shall provide adequate protection to all surfaces not in the scope of work from construction dust, debris, damage, splatters, or spills during construction up until project closeout.  Acceptable methods of protection include plastic, paper, sealing doors or windows, etc.  The large City of Greer logo sign in the third floor lobby is expected to remain after construction is complete.  Care must be taken to adequately protect the sign during construction, and if the sign cannot be adequately protected,  contractor must coordinate removal and reinstallation of the sign with the original sign vendor, at no additional cost to the City.
      • Contractor must provide services with care to protect property and assets.  Contractor shall be responsible for their own expense for any damage to public or private property as a result of any act or omission on the part of the contractor, its employees, or agents.
      • No cleaning of equipment on site shall be permitted.  No spillage into landscaped areas will be permitted at any time.
      • Final clean up and disposal:  Clean all dust, dirt, stains, handprints, marks, paint splatter, droppings, and other blemishes.  Remove debris, rubbish, and waste material from the property of the owner.  Contractor must leave premises in a clean and orderly condition.
      • Contractor must remove and transport debris only in a manner that will prevent spillage on adjacent surfaces, areas, and roadways.  Trucks hauling debris must be covered at all times. 
      • A list of three (3) references must be provided with bid showing a minimum of five (5) years' experience in providing similar services to communities with comparable projects.  Reference must include full contact information (company/organization name, address, phone number, and email address).
    • Workers' Compensation

      Limits of Insurance

      StatutoryStatutory
      Statutory limits are set by South Carolina state law.
    • Change Orders

      Change Orders are only available under special circumstances. All changes must be in writing before they will be approved by the City. Failure to get prior approval for a change order will cause it to be denied. Any request for a change order that is not reasonably priced will not be approved.

    • DISCLOSURE THAT CITY OFFICIALS ARE NOT TO BENEFIT PERSONALLY FROM THE AWARD OF A CONTRACT

      In compliance with the City’s financial disclosure, ethical conduct policy and ordinances, a prerequisite to any payment under the terms of a contract is that the offeror will furnish explicit statements, under oath, affirming that the City Administrator, other officers, agents and employees of the City, members of the Greer City Council, and members of employees of the commissions, boards and corporations controlled or appointed by the City Council have not received and have not been promised, directly or indirectly, any financial benefit or remuneration, by way of fee, commission, finder’s fee, or in any way or other manner, arising directly or indirectly from this contract. Upon request by the City Administrator, or other authorized agent, the offeror will provide answers, under oath, to any interrogatories concerning any possible conflict of interest or monies received directly or indirectly from the award of the contract.

    • OFFERORS

      Offerors must have a minimum of five (5) years' experience in providing similar services to communities with comparable projects. All Responses will be retained as property of the city.

      The bid must contain the manual signature of an authorized representative of the responding firm.  Responding firms will not be allowed to make any changes or corrections after the bid submittal deadline.

    • Employers Liability

      Limits of Insurance

      Each Accident$500,000
      Disease-each employee$500,000
      Disease-policy limit$500,000
    • Cyber Liability

      Limits of Insurance

      All Loss Expense$1,000,000
      All Liability Expense$1,000,000
    • PROOF OF INSURANCE

      All offerors must include a certificate stating the coverage limits carried for General Liability Insurance and Worker’s Compensation Insurance. Be sure to reference the specifications, as they may set required coverage limits for these lines of insurance through the vendor questionnaire. At time of award, a Certificate of Insurance must be updated naming City of Greer as additional insured.  The specifications or scope of services will include the coverage and limits required.

    • WARRANTY AGAINST CONTINGENT FEES

      The offeror warrants that no person or selling agency has been employed or retained on its behalf to solicit or secure this contract for a commission, percentage, brokerage, or contingent fee. If an offeror violates this warranty, the City has the right to terminate or to suspend any contract awarded to the offeror without liability to the City. Alternatively, the City may, in its discretion, deduct from the contract price or consideration, the full amount of any such commission, percentage, brokerage, or contingent fee paid by the offeror.

    • Project Timeframe

      All work must be completed by June 30, 2026. This project takes place in an active, working office environment. Work must be phased and scheduled in coordination with the City's Project Manager to ensure minimal disruption to operations. Under no circumstances can City Council meetings be impacted in any way by construction activities. Council meeting dates can be found in Attachment D - 2026 Council Meeting Schedule. Interested Respondents must include a detailed construction schedule with their bid. Any disruptions to normal operations, including but not limited to electric, water, or HVAC interruptions, should be clearly identified in the project schedule. Project will go to Council for approval on April 28, 2026. Adequate time for contract negotiation, obtaining required bonds, permits, and/or licenses, and PO issuance should be built into the construction schedule. A final work schedule must be approved by the City before a Notice to Proceed will be issued.

    • PERFORMANCE SECURITY

      For proposed contracts greater than $50,000.00, the offeror awarded the contract must supply a Performance Bond in the amount of 100% of the proposed contract price prior to commencement of the project. As an alternative, Contractor may deposit a cash bond in the amount of 125% of the proposed contract price to be held in escrow by the City until such time as the project is complete and fully accepted by the City.

    • NON-APPROPRIATION OF FUNDS

      Any contract awarded pursuant to this Request for Bid will be conditioned upon an annual appropriation made by the Greer City Council of funds sufficient to pay the compensation due the successful offeror under the contract. The contract will provide that, if such an appropriation is not made in any fiscal year and the City lacks funds from other sources to pay the compensation due under the contract, the City will be entitled, at the beginning of or during such fiscal year to terminate the contract. In that event, the City will not be obligated to make any payments under the contract beyond the amount properly appropriated for contract payments in the immediately prior fiscal year. The City will provide the contractor with written notice of contract termination due to the non-appropriation of funds at least thirty (30) calendar days before the effective date of the termination. However, the City’s failure to provide such notice will not extend the contract into a fiscal year in which funds for contract payments have not been appropriated.

    • Umbrella Liability

      Limits of Insurance

      Each OccurrenceTBD
      AggregateTBD
    • ASSIGNMENT OF CONTRACT OR CONTRACT FUNDS

      The successful offeror may not assign, transfer, convey or otherwise dispose of any or all of its rights, title or interest in the contract, without the prior written consent of the City Administrator or his authorized designee.

    • PAYMENT BOND

      For proposed contracts greater than $50,000.00, the offeror awarded the contract must supply a Payment Bond in the amount of 100% of the proposed contract price prior to commencement of the project.

    • Professional Liability

      Limits of Insurance

      Per Occurrence$1,000,000
      Aggregate$1,000,000
    • CONTRACT ADMINISTRATION

      Upon award of the contract, the City Administrator, or his designee, will administer and have the authority to enforce the terms and conditions of the contract.

    • COMPLIANCE WITH ALL GOVERNMENTAL SAFETY STANDARDS

      The offeror awarded the contract must comply with all applicable OSHA and SCDES Standards, as well as any and all other industry safety standards that may apply.

    • Environmental Liability

      Limits of Insurance

      Per Occurrence$1,000,000
      Aggregate$1,000,000
    • DESIGNATION AND OBLIGATION

      The contract awarded pursuant to this Request for Bid will designate a firm to provide the items or services described in the Request for Bid. The contract will be an agreement by the successful offeror to provide the services proposed to and accepted by the City. Therefore, the award will not obligate the City until such time as the contract is signed by both parties.

    • LICENSES AND PERMITS REQUIRED

      All submittals must include copies of the responding firm’s, and any proposed sub-contractor’s, applicable state licensing issued through the office of SC Labor, Licensing, and Regulations (SCLLR). Requests will be made through the Vendor Questionnaire. State licenses for all trades and disciplines required to complete the job must be included in the submittal.

      The offeror awarded the contract must obtain and pay for all applicable licenses and permits, including but not limited to, the City of Greer Business License and all Building, Mechanical, Electrical or Plumbing Permits, as required.

    • Fidelity Bonds

      Limits of Insurance

      Bond LimitTBD
    • Performance and Payment Bonds

      Limits of Insurance

      Bond LimitAmount of Jobs
    • CONTRACT ALTERATIONS

      No alterations or variables in the terms of the contract shall be valid or binding upon the City, unless made in writing and signed by the City Administrator or his authorized designee.

    • DEFAULT

      Upon an offeror’s non-performance or violation of the contract terms, the contract may be canceled or annulled by the City Administrator or his authorized designee in whole or in part by written notice of default to the offeror. Upon default, an award may be made to another offeror. In any event, the defaulting offeror (or its surety) may be liable to the City of Greer for costs to the City of more than the defaulted contract price.

    • TRADE SECRETS AND PROPRIETARY INFORMATION

      Trade secrets and proprietary information submitted by an offeror will not be subject to public disclosure under the Freedom of Information Act. However, the offeror must invoke the protection of this section before or upon submission of the proprietary data, trade secrets or other protected materials, and must specifically identify the data or other materials which are to be protected and state the reasons why protection from disclosure is necessary.

    • CONTRACT PAYMENT

      Progress payments will be made to the successful offeror for work performed in accordance with the contract terms, upon receipt of a City-approved, itemized invoice. Final payments will be issued following a City-approved final inspection or confirmation that all services have been rendered, whichever is appropriate.

    • RECEIPT OF BIDS AND DISCUSSION WITH OFFERORS

      All Responses will be retained as property of the City. Responding firms will not be allowed to make any changes or corrections after the bid submittal deadline has passed. No bid will be knowingly processed in a manner that permits disclosure of the identity of the offeror. The City, when conducting any discussions with offerors with respect to their bids, will not disclose the identity of competing offerors or any information derived from bids submitted by competing offerors. After the award of the contract, all bids will be open for public inspection.

       

    Submission Requirements

    • Equal Employment Opportunity Agreement (required)

      Please download the below documents, complete, and upload.

    • Noncollusion Affidavit (required)

      Please download the below documents, complete, and upload.

    • South Carolina Illegal Immigration Reform Act Contractor Certification (required)

      Please download the below documents, complete, and upload.

    • Will you be using sub-contractors? (required)
    • Sub-Contractor List (required)

      Please download the below documents, complete, and upload.

    • Year's of Experience (required)

      Please confirm that you have a minimum of five (5) years' experience in providing similar services to communities with comparable projects. 

    • Disclosure that City officials are not to benefit personally from the award of the contract. (required)

      In compliance with the City’s financial disclosure, ethical conduct policy and ordinances, a prerequisite to any payment under the terms of a contract is that the offeror will furnish explicit statements, under oath, affirming that the City Administrator, other officers, agents and employees of the City, members of the Greer City Council, and members of employees of the commissions, boards and corporations controlled or appointed by the City Council have not received and have not been promised, directly or indirectly, any financial benefit or remuneration, by way of fee, commission, finder’s fee, or in any way or other manner, arising directly or indirectly from this contract.  Upon request by the City Administrator, or other authorized agent, the offeror will provide answers, under oath, to any interrogatories concerning any possible conflict of interest or monies received directly or indirectly from the award of the contract.

    • Warranty against contingent fees. (required)

      The offeror warrants that no person or selling agency has been employed or retained on its behalf to solicit or secure this contract for a commission, percentage, brokerage, or contingent fee.  If an offeror violates this warranty, the City has the right to terminate or to suspend any contract awarded to the offeror without liability to the City.  Alternatively, the City may, in its discretion, deduct from the contract price or consideration, the full amount of any such commission, percentage, brokerage, or contingent fee paid by the offeror.

    • Proof of Insurance Coverage
    • License(s) (required)
    • References and/or Project Experience (required)

      Please download the below documents, complete, and upload.

    • Detailed Construction Schedule (required)
    • Will there be a pre-bid meeting? (required)
    • Will your meeting be mandatory or non-mandatory? (required)
    • What is the location of your pre-bid/proposal/response meeting? (required)

      Please provide a complete address. 

    • Offerors must have a minimum of _____ (__) experience in providing similar services to communities with comparable projects. (required)
    • Provide names of the project team: (required)

      These are the team members to be included in project communication and/or meetings.

    • Will Subcontractors be allowed? (required)

    Questions & Answers

    Q (Bid Bond): Is a bid bond required?

    A: No, a bid bond is not required.


    Q (Temporary Barriers): Will temporary dust/noise barriers be required for this project to isolate construction activities?

    A: See Section 4.2 – Additional Requirements.


    Q (No subject): Can elevator on the Greer Farmers Market side be used for construction as long as it's protected?

    A: Limited use of the elevator for material delivery will be permitted. Use of the elevator must be coordinated with project manager before proceeding. Care must be taken to protect the elevator from damage. The contractor shall be responsible for any damage at their own expense.


    Key dates

    1. March 15, 2026Published
    2. April 2, 2026Responses Due

    AI classification tags

    Frequently asked questions

    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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.