Active SLED Opportunity · SOUTH CAROLINA · CITY OF ROCK HILL

    Irrigation Systems Maintenance

    Issued by City of Rock Hill
    cityIFBCity of Rock HillSol. 249051
    Open · 21d remaining
    DAYS TO CLOSE
    21
    due May 14, 2026
    PUBLISHED
    Apr 14, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    561730
    AI-classified industry

    AI Summary

    City of Rock Hill seeks bids for irrigation systems maintenance at multiple municipal facilities. Services include repairs, replacements, and seasonal startups/winterizations. Requires experienced contractors with proper insurance. Contract term is 3 years starting July 2026 with renewal options.

    Opportunity details

    Solicitation No.
    249051
    Type / RFx
    IFB
    Status
    open
    Level
    city
    Published Date
    April 14, 2026
    Due Date
    May 14, 2026
    NAICS Code
    561730AI guide
    Jurisdiction
    City of Rock Hill
    Agency
    City of Rock Hill

    Description

    The City of Rock Hill, South Carolina ("City") is seeking competitive bids from qualified companies to provide the City with irrigation systems maintenance at City facilities. 

    Project Details

    • Reference ID: 2104-IFB
    • Department: Parks, Recreation, & Tourism
    • Department Head: John Taylor (Director)

    Important Dates

    • Questions Due: 2026-05-06T20:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-28T14:00:00.000Z — Manchester Meadows Pavilion Second Floor Meeting Room 337 E Mount Gallant Road Rock Hill, SC 29730

    Addenda

    • Official Notice #1: South Carolina Business Opportunities Ad (released 2026-04-14T13:32:22.812Z)

    Evaluation Criteria

    • Insurance

      The Company agrees that the Company shall keep and maintain general automobile liability insurance for $1,000,000 per occurrence for each vehicle and $1,000,000 in aggregate for all vehicles that the Company brings onto City property or uses in any manner in the provision of services, including transportation to and from the site(s) where the services are rendered. The Company further agrees that the Company shall maintain general liability insurance for at least $2,000,000 per incident/occurrences and $2,000,000 in aggregate for all incidents/occurrence during the policy period, and the Company agrees that the Company shall maintain Workers' Compensation Insurance on all the Company’s employees. In no event shall the Company serve as a self-insurer for Workers' Compensation Insurance.

      The Company also agrees that the Company shall provide, in a form acceptable to the City, certificates of Workers' Compensation Insurance, Automobile Liability Insurance, and General Liability Insurance. Coverages must be maintained throughout the life of the contract, including any applicable warranty period.

    • Services

      The contractor will provide the City with maintenance and required repairs at an hourly rate on an as-needed basis. In addition, all spring startups and fall winterizations must be scheduled with an authorized member of City staff. 

      Repairs and maintenance to be done, as requested by an authorized member of City staff, include the following: 

      • Spring startup
      • Fall winterization
      • Controller replacement
      • Valve replacement
      • Repair drip lines, spray, and rotor heads
      • Repair broken lines & wires
      • Repair valves
    • General Information

      Electronic submissions will be received by the Procurement Division of the City of Rock Hill, South Carolina via the City's eProcurement Portal up to but not later than the published date and time. The eProcurement Portal clock is the official timekeeper for determining all deadline dates and times. Without exception, responses will not be accepted after the submission deadline, regardless of any technical difficulties such as poor internet connections. The City strongly recommends completing your response well ahead of the deadline.

    • Illegal Immigration Reform Act Compliance

      The Bidder certifies that it will comply with South Carolina Code of Laws Sections 8-14-10 through 8-4-90 (as amended) titled, “Unauthorized Aliens and Public Employment,” and agrees to provide to the City any documentation required to establish, as applicable, (i) the inapplicability of such laws to the Bidder, its subcontractor(s) and its sub-subcontractor(s); and (ii) the compliance with these laws by the Bidder, its subcontractors, and its sub-subcontractors. Illegal Immigration Reform Act Compliance :

    • Contractor Requirements
      1. Contractors should have at least 5 years of experience installing and maintaining irrigation systems. Proof of experience should be reflected in references submitted.
      2. Contractors should also have the equipment and ability to perform jobs such as boring under sidewalks, trails, etc.
    • Mandatory Pre-Bid Meeting

      A mandatory pre-bid meeting will be held at 10:00 am on Tuesday, April 28, 2026 at the following location:

      Manchester Meadows Pavilion Second Floor Meeting Room 337 E Mount Gallant Road Rock Hill, SC 29730

      Inspection, questions, and work review will take place at this time. Only those companies with representatives in attendance will be allowed to submit a bid. Companies must be present during the entire meeting to submit.

    • Indemnification

      The Contractor shall indemnify and hold harmless the City from and against all liability, loss, damages, or injury, and all costs and expenses (including attorneys’ fees and costs of any suit related thereto), suffered or incurred by the City, to the extent arising from Contractor’s or its subcontractors’ (i) negligent performance of the Work under the Final Contract; (ii) intentional misconduct, negligent acts, or omissions during the performance of the Work; and (iii) breach of any term, covenant, representation, or warranty of the Final Contract.

    • Non Mandatory Pre-Bid Meeting

      A non-mandatory pre-bid meeting will be held at 10:00 am on Tuesday, April 28, 2026 at the
      Manchester Meadows Pavilion Second Floor Meeting Room 337 E Mount Gallant Road Rock Hill, SC 29730.
      Inspection, questions, and work review will take place at this time. It is highly encouraged that companies attend the pre-bid meeting.

    • Product and Work Specifications
      1. Sprinkler heads: Sprinkler heads include all watering methods, including pop-ups, drips, and other types.  All sprinklers will be manufactured by Hunter Industries, Rain Bird, or an equal that has been approved by an authorized City employee.  The sprinklers will be pop-up type with spring retraction and will be easily serviced from the top.  Sprinkler heads will be installed so that the top is at final grade.
      2. Swing joints: If repairs or work are needed, any heads not on swing joints and risers or flex pipe will be reinstalled by the contractor with this method if sprinkler heads are replaced.
      3. Detectable underground warning tape: Any section of pipe replacement greater than 10’ in length will be reinstalled by the contractor with warning tape.  Tape will be durable laminate 5 mm thick with aluminum backing and 6” wide to make underground locating easy.
      4. Sleeves: Pipe and wire sleeves will be used any time water lines or control wires are replaced or installed under hardscaped areas such as asphalt, concrete, etc.  Sleeves will be PVC pipe and a minimum of two sizes larger than the water pipe or wire bundle.  Separate sleeves will be installed for mainline pipes, lateral pipes, and wire.
      5. Control Wires: Control wires will be reinstalled by the contractor in a neat and orderly fashion in the mainline trench.  The wires will be bundled together, taped every 10’, and placed under water lines.
      6. Valves: Valves will be manufactured by Hunter Industries or Rain Bird, depending on the system.  Substitutions will not be accepted.
      7. Valve boxes: Any valve boxes that need to be replaced will be replaced with 12” standard round boxes with lids.  There will be no more than one valve per box.  Valve boxes will be installed so that the top of the box will be at final grade.  Valve boxes will be supported on bricks to provide load displacement by preventing contact between the box and any components in the box.
      8. Excavation: Water lines should be covered by a minimum of 24”.  Backfill material shall be free of rocks, large stones, or any other unsuitable material that could damage the pipe or create unusual settling problems.  Backfilling will be done in 6” layers and tamped after each layer is put in to prevent excess settling.
      9. Pipe: Pipe will be Class 200, SDR21 PCV, Type 1120 or approved equal.  Pipe primer will be purple primer.  Cement will be of a type approved by the pipe manufacturer.
      10. Control equipment: If additional controllers are required, or current controllers need to be replaced, they will be manufactured by Rain Bird Industries and installed so that the system can be upgraded to the Rain Bird IQ system in the future.  No substitutions will be accepted.
      11. Reuse water: Any system using reuse water will require proper purple markings as required by SCDHEC.
      12. Testing: The contractor will test the system upon completion, and sufficient time has been allowed for solvent joints to cure.  The entire system will be tested for proper operation.  This includes synchronization of controllers and adjustment to heads.  Final testing will be accomplished with a City area supervisor present.
      13. All replacement parts shall be equal to or better than the parts installed by the original manufacturer in terms of both performance and quality. 
      14. The contractor shall provide a list of all repairs, parts, repair part numbers, and source of manufacturer to the City as repairs are completed.
      15. The contractor should remove and dispose of any broken or obsolete parts that must be replaced.
    • On-Call Repair Requirements
      1. In addition to the regular requested maintenance of the irrigation systems, the contractor should also provide work performed at an hourly rate for any needed repairs and extra work that the City may request.
      2. For this work, the contractor should provide a repair crew consisting of at least one knowledgeable, proficient worker and a truck stocked with the most-needed parts for repairing and maintaining irrigation systems.
      3. The City may request that the contractor provide multiple workers for larger work.
      4. In cases of emergency calls, the contractor should respond within 24 hours of the call and make necessary repairs within 48 hours.
      5. Any work not completed within the timeframe specified above may be subject to a $100.00 per day fine for non-completion.
      6. The liquidated damages are not a penalty but are for damages resulting to the City since the actual damages would be difficult or impossible to ascertain.  Time is of the essence.
    • No Pre-Bid Meeting

      There will be no pre-bid meeting for this project. Bidders are expected to fully inform themselves as to the conditions, requirements, and specifications necessary to submit a bid.

    • Freedom of Information Act

      All bids will be public information, per FOIA guidelines.

    • Cost for Parts
      1. As part of this bid, the City is requesting that bidders provide a pricing structure for the cost of parts to the City. 
      2. Rather than listing out costs for all individual parts, bidders should provide a pricing structure such as: retail, wholesale + 10%, wholesale + 15%, etc.
      3. The City reserves the right to reject any materials deemed by the City to be insufficient, unneeded, or unnecessarily excessive.
    • Iran Divestment Act

      By submitting its Bid, the Bidder certifies that it:
      (i) is not identified on the list of persons determined by the Executive Director of the State Fiscal Accountability Authority to engage in investment activities in the country of Iran as described in South Carolina Code of Laws Section 11-57-310 (as amended), or any other list of prohibited investments created by the State legislature;

      (ii) will not take any action causing it to appear on any such list during the term of the Final Contract; and

      (iii) will not utilize any subcontractor that is identified on any such list to provide goods or services thereunder.

    • Purpose

      The City of Rock Hill, South Carolina is seeking competitive bids from qualified companies to provide the City with Irrigation Systems Maintenance. The initial term of the resulting agreement is three (3) years. The anticipated start date is July 1, 2026 with two (2) one-year renewals, if options are exercised. The Parks, Recreation, & Tourism Department is responsible for this project.

    • Purpose

      The City of Rock Hill, South Carolina is seeking competitive bids from qualified companies to provide the City with Irrigation Systems Maintenance. The Parks, Recreation, & Tourism Division is responsible for this project.

    • Safety Measures
      1. The contractor shall employ only such workers as are skilled in the tasks to which they are assigned.  The City reserves the right to require the contractor to remove and/or not to assign any employee the City deems incompetent, careless, insubordinate, or otherwise objectionable to working on City projects.
      2. All personnel shall be equipped with required Personal Protective Equipment as required by safety standards provided by the contractor. Personnel shall have all tools as required to perform the duties of each held position.
      3. All work should be conducted according to OSHA standards and regulations.
      4. The contractor must keep copies of the safety data sheets (SDS) on-site for any chemical materials used.
      5. The contractor should block off areas of work, as needed.
      6. The contractor shall erect barriers to contain work areas, as needed.
    • Agreement

      The selected company will be required to use the City of Rock Hill’s standard agreement. See the attached sample agreement.

    • Non-Appropriation of Funds

      This Agreement shall be subject to the availability and appropriation of funds by Management and City Council. Management and City Council appropriate funding on an annual basis during each fiscal year. If Management or City Council does not appropriate the funding under this agreement, the City will not be obligated to pay amounts due beyond the fiscal year for which funds were appropriated. No act or omission by the City, which is attributable to non-appropriation of funds, shall constitute a breach of or default under this Agreement.

    • General Notes
      1. All materials, tools, labor, and equipment should be supplied by the contractor unless otherwise noted.
      2. All work and items should include a minimum of a 1-year Contractors’ General Warranty.
      3. Materials should include all appropriate Manufacturer’s Warranties.
      4. Additional Requirements and Information
        1. The selected contractor must always conform to all SCDOT rules and regulations while working alongside any roads.
        2. The City will be responsible for assisting the selected contractor with the locations of water sources. 
        3. Work along roadways must conform to SCDOT regulations. Work at non-roadway locations may be performed between 7:00 AM and 4:30 PM.  Work done during any other times must be coordinated with an authorized member of City staff.
        4. The contractor should block off areas of work, as needed.
        5. Securing materials and tools is the responsibility of the contractor.
        6. The contractor shall erect barriers to contain work areas, as needed.
        7. The contractor will be responsible for repairing all property damage caused by their work. If the contractor fails to take corrective actions, the City reserves the right to withhold payment until damages are corrected, or to correct damage and invoice the contractor for costs incurred.
        8. Because some work is being billed at an hourly rate, slow work will not be tolerated.  The City reserves the right to reject some hourly charges if the work is deemed by the City to be too slow. 
    • Competition Intended

      The process of responding to this Invitation for Bid (IFB) should involve interested companies reviewing and analyzing the information provided herein and responding to all items where a response is requested.

    • City of Rock Hill Facilities and Properties with Irrigation Systems

      Below is a comprehensive list of the facilities and properties that have active irrigation systems. If there is more than one, it will be noted next to the location:

      1. City Hall (3 separate systems)
      2. Law Center
      3. Fountain Park
      4. Elk Avenue
      5. Huckle Tree Grove and African American Business Monument (2 separate systems)
      6. Laurelwood Cemetery Office Building
      7. Fire Station 2
      8. Fire Station 3
      9. Fire Station 5
      10. Fire Station 6
      11. Dave Lyle Boulevard medians (from the Mount Gallant Road intersection to the John Ross Parkway intersection
      12. Cherry Road (from the Eisenhower St intersection to Interstate 77, 6 systems)
      13. Cherry Park (2 systems)
      14. Hargett Park (2 systems)
      15. Velodrome
      16. BMX course
      17. Outdoor Center Multipurpose Fields
      18. Manchester Meadows (2 systems)
      19. Glencairn Garden (4 systems)
      20. Tennis Center
      21. Armory Park

      If any areas are added to this list during the term of the resulting contract, it will be communicated with the contractor by City staff. 

    • Statement on Disadvantaged Business Enterprises (DBE)

      (i) The City recognizes that business firms owned and operated by minority persons and women have been historically restricted from full participation in our free enterprise system to a degree disproportionate to other businesses.

      (ii) The City believes that it should work to ameliorate past discrimination by facilitating the participation of underrepresented groups in the City’s economic community and that such participation is in its best interests and the best interests of its citizens.

      (iii) The City will work to ensure that such underrepresented groups, and the businesses they own and lead, are afforded the maximum practicable opportunity—in balance with financially safe and sound business practices–to compete for and perform contracts when the City is procuring construction services, supplies, equipment contracts, lease agreements, or consultant and other services, within the laws of the State of South Carolina.

      (iv) The City endeavors to develop, establish, implement, and administer its policies, programs, and procedures to promote balanced economic growth throughout its community.

      Accordingly, the City shall not discriminate and shall prohibit discrimination in its selection and retention of contractors, subcontractors, and suppliers, against any person or business on the basis of race, color, national origin, religion, sex, sexual orientation, gender identity, marital status, status as a parent, age, disability, genetic information, or military status. The City recognizes that disparate treatment on any such basis in the pursuit of economic opportunities is intolerable discrimination.

    • Definitions

      Bidder/Company/Vendor/Contractor/Supplier: These terms are used to encompass the party seeking to have an agreement with the City of Rock Hill.
      City: This term is defined as the City of Rock Hill, South Carolina. All communications relating to the procurement process or the resulting purchase should be directed to the City’s Procurement Office.
      Purchase: This term means the agreement to be executed by the City and the successful company.

    • Discrepancies and Questions

      Companies shall have no contact related to this project with the City of Rock Hill elected or appointed officials or employees during the solicitation process, other than the contact person specified within this solicitation. Any such contact will subject the Company to immediate disqualification for consideration for this project.

      Should the Company have questions, find discrepancies in the plans and/or specifications, or be in doubt as to the meaning or intent of any part thereof, the Company shall request clarification from the City via the eProcurement Portal, not later than 4:00 pm on Wednesday, May 6, 2026.

      All questions will be answered, and any changes will be communicated through an addendum posted on the City’s eProcurement Portal. As a registered Company, you will also receive addenda notifications in your email by clicking “Follow” on this project. It is the Company's responsibility to check the website for this information before submitting. Failure to request such clarification is a waiver of any claim by the Company for additional expenses because its interpretation was different from the City’s.

    • City Business License

      The winning Bidder, prior to execution of the Final Contract, must possess or obtain a City of Rock Hill Business License. Such license must be maintained throughout the duration of the Work. If the Bidder is not currently doing other business inside the City limits, the fee for such a license is based on the amount of the Final Contract. If the winning Bidder is currently doing other business within the City limits and does not possess a business license, then the fee for the license is based on the total gross receipts from customers within the City limits. Contact the City Business License Office at 803-329-5590 to determine the exact amount of the fee or ask other pertinent questions regarding doing business in the City of Rock Hill.

    • Bidder’s Minimum Qualification

      A qualified vendor is defined for this purpose as one that meets, or by the date of bid acceptance can meet, all requirements for licensing, insurance, and service contained within this IFB. The Bidder must have and maintain throughout the life of the project a TBD.

    • Excluded Bidders

      Bids from companies may be excluded for any of the following reasons:
      (i) Reason to believe collusion exists among the companies
      (ii) The Company is involved in any litigation against the City
      (iii) The Company is in arrears on any existing contract or has defaulted on a previous contract with the City
      (iv) Lack of financial stability
      (v) Failure to perform under previous or present contracts with the City
      (vi) Is currently debarred by the State of South Carolina Procurement Services

      Excluded vendors/contractors can resubmit complete company information with references for City review after a minimum of one (1) year from the last excluded Bid. The City will contact the submitting vendor/contractor with its decision within thirty (30) days of company information submittal. The City reserves the right to include or exclude said vendor/contractor based on findings.

    • Customer Service

      Please remember, although you are a contracted City service, you each represent the City of Rock Hill during all work performed, face-to-face as well as telephone conversations. These guidelines are to give all contract employees a solid feeling of what the City of Rock Hill expects from any contracted service.

      Overview:

      • Be friendly, courteous, and helpful
      • Company uniforms must be worn at all times
      • Employees must look and act professionally at all times

      Company's Employees:

      Before the company's employees can enter the project site, it shall investigate and determine that its employees working on the project site are not listed on the sexual offender registry. The contractor shall require all subcontractors to make a similar investigation. One such investigation within six (6) months of commencement of the project work, by the employer, fulfills the City’s requirement for the project.

      The Rock Hill Police Department along with the City of Rock Hill also reserves the right to cancel any contracts, agreements, purchasing or distribution, etc., if they feel the project, purchasing, vehicle(s), and or property(s) may be in jeopardy due to the company's employee(s) having a criminal history which may lead to ethical issues while dealing with City workings or investigative activities.

    • Bidder’s Minimum Qualification

      A qualified vendor is defined for this purpose as one that meets, or by the date of bid acceptance can meet, all requirements for licensing, insurance, and service contained within this IFB.

    • Bid Preparation

      All responses shall be:

      1. Prepared and submitted electronically via the City's eProcurement Portal by an authorized Company representative.
      2. Each bid constitutes an offer and may not be withdrawn except as provided herein. Bid prices are to remain firm for the period stated in the Invitation for Bids.
      3. Each bid shall include the name, address, telephone number, and e-mail address of at least three (3) current customers for whom they have provided similar products/services. These references may be contacted, and if so, their responses may constitute a significant part of the evaluation process.
      4. The City of Rock Hill assumes no responsibility for costs incurred in responding to this IFB.

    • Bid Submission

      Bids received after the deadline of 2:00 pm on Thursday, May 14, 2026 will not be considered.

      The City assumes no responsibility for late bids. No bid may be withdrawn for a period of sixty (60) calendar days after the date set for the opening thereof unless approved in writing by the Procurement Manager. All bids must be approved by the Rock Hill City Manager and the department(s) in charge of the project. Should the bids be higher than the amount allocated by the City for this project, the City reserves the right to negotiate in good faith with the low Bidder. Failing an agreement, the City may reject all bids and resubmit for new bids or make any other decisions it deems to be in its own best interest.

      The e-Procurement Portal uses an 'electronic lock box' system to receive and protect all Company responses. Only the Company can see that they have submitted a response and the information contained in that response. The Company may withdraw its submission and resubmit anytime until the due date and time. Once the submission phase has ended, the City can view the submissions and begin the evaluation of all received.

    • Availability of the e-Procurement Portal

      All responses to the Solicitation must be submitted electronically through the e-Procurement Portal. Should any technical issues with the Portal (not user/Supplier issues) prevent any Supplier from submitting a response within the two (2) hours immediately before the due time, the Solicitation due date and time shall be extended for 24 hours. The technical issue must be by the Portal provider (OpenGov) and affect all participating Suppliers. The City shall verify the technical issue or unavailability of the Portal with OpenGov, the system provider. Technical issues localized to a single supplier will not be considered a cause for an extension.

      The e-Procurement Portal will not allow submissions
      after the established due date and time have passed.

    • Errors in Bid

      Bidders or their authorized representatives are expected to fully inform themselves as to the conditions, requirements, and specifications before submitting bids. Failure to do so will be at the Bidder’s own risk. In case of an error in the extension of prices in the bid, the unit price shall govern. If an error is made before submitting, the Bidder may withdraw its bid electronically through the City's eProcurement Portal and resubmit before the stated submission deadline. The City reserves the right to waive any informalities, technical defects, and minor irregularities in bids received.

    • Award Criteria

      The award shall be made to a bidder that submits the lowest responsible and responsive bid, taking into consideration product quality, past performance, and compliance with the stated terms, conditions, and specifications. Notwithstanding the foregoing, the City of Rock Hill reserves the right to reject any or all bids, to accept any bid submitted, waive any informality, and negotiate with the low Bidder or Bidders on any changes which the City of Rock Hill considers necessary or desirable for its own interests. The City alone shall make such determination.

      Should the City identify the lowest bid as an Abnormally Low Bid (ALB) in accordance with the City's own internal guidance, the City may request the Vendor to provide information or an explanation in support of what appears to be an ALB.  Should the City believe the Vendor cannot fulfill the requirements of an Awarded Contract for the amount of the offer, the City may disqualify the submission.

      In addition, the City of Rock Hill's Procurement Policies and Procedures Manual, as amended or supplemented from time to time, is hereby incorporated by this reference and shall apply to this solicitation. The City reserves all alternatives, terms, and conditions as set forth therein.

    • Compliance with Laws

      The successful Bidder shall obtain and maintain all licenses, permits, liability insurance, and workers' compensation insurance, and comply with all other standards or regulations required by federal, state, county, or City statutes, ordinances, and rules during the performance of any purchase between the Bidder and the City. Any such requirement specifically outlined in any purchasing document between the Bidder and the City shall be supplementary to this section and not in substitution thereof.

    • Suspension and Debarment

      The Bidder certifies, by submission of this bid, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal, state, or local agency. Where the Bidder is unable to certify any of the statements in this certification, such Bidder shall attach an explanation to this proposal.

    • Subcontractors

      The awarded Bidder agrees that they shall not delegate, subcontract, or assign all or any portion of the project to any third party without the express written consent of the City.

    • Brand Name

      The use of a brand name is for the sole purpose of describing the standard of quality, performance, and a characteristic desired, and is not intended to limit or restrict competition.

    • Retainage

      The City reserves the right to hold up to 10% of the invoice amount in retainage to ensure that the project, materials, and services are delivered to the City’s satisfaction. All retainages will be paid when all issues, in the sole opinion of the City, have been resolved, and retainage may be held until the project completion.

    • Local Providers

      Bidders should keep in mind the City’s goal of supporting local businesses and supply houses for materials and labor whenever practicable, so long as pricing and other contract conditions are not adversely affected.

    • Bid Security and Bonds

      Each bid must be accompanied by a “Bid Guaranty” of not less than five percent (5%) of the amount of the bid, up to a maximum amount of $25,000, to guarantee that the successful Bidder will, within ten (10) days from the date of the notice of award of the Final Contract, enter into a contract with the City and execute to the City bonds as required. The Bid Guaranty shall be in the form of either a certified check or a “Bid Bond.” The surety company on a Bid Bond shall be authorized to do business in South Carolina. An attorney-in-fact who signs a Bid Bond must file with each a certified and effectively dated copy of their power of attorney. Bid Bonds and surety thereon shall be subject to approval by the attorney for the City.

      For any reason whatever, if a Bidder (i) withdraws its bid after the bids have been opened or, (ii) after acceptance of its bid, refuses to execute the Final Contract and bonds, then in such case, the City may retain the amount of the certified check or proceeds on the Bid Bond.

      Performance and payment bonds in the amount of 100% of the contract value will be required from the awarded Bidder.

      The City, at its sole discretion, reserves the right to waive the performance and payment bond requirement after the contract award and, if waived, the contract price shall be reduced by the amount of the costs related to providing such payment and performance bond that are included in the bid amount, provided that the Bidder is willing to waive the charged bond fees from the contract price.

    Submission Requirements

    • Company Information (required)

      Please provide the following information as it should appear in a potential agreement with your company:

      • Company (legal entity that will enter into the contract)
      • Name and Title (person authorized to enter into contract)
      • Address (location of the office where or from which the work will be performed)
      • Telephone Number
      • Email Address
    • Company Confirmation (required)

      The Company affirms that we have read and understand the enclosed IFB requirements and specifications and do submit this proposal for: Irrigation Systems Maintenance.

       

    • Bid Cost Form (required)

      Upload a completed copy of the Bid Cost Form (Attachment B).

    • Bid Guaranty (required)
    • Upload any additional documents

      Include any additional information requested in the solicitation. 

    • References (required)

      Please provide the name, address, telephone number, and e-mail address of at least three (3) recent customers for whom your company has provided similar products/services.

    • Suspension and Debarment Certification (required)

      The Company certifies, by submission of this bid, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal, state, or local agency. Where the submitting entity is unable to certify any of the statements in this certification, such company shall attach an explanation to the submission.

    • Illegal Immigration Reform Act Compliance (required)

      The Company certifies that it will comply with South Carolina Code of Laws Sections 8-14-10 through 8-4-90 (as amended) titled, “Unauthorized Aliens and Public Employment,” and agrees to provide to the City any documentation required to establish, as applicable, (i) the inapplicability of such laws to the Company, its subcontractor(s) and its sub-subcontractor(s); and (ii) the compliance with these laws by the Company and any subcontractors or sub-subcontractors.

    • Iran Divestment Act (required)

      The Company certifies that it:

      1) is not identified on the list of persons determined by the Executive Director of the State Fiscal Accountability Authority to engage in investment activities in the country of Iran as described in South Carolina Code of Laws Section 11-57-310 (as amended), or any other list of prohibited investments created by the State legislature;

      2) will not take any action causing it to appear on any such list during the term of the Final Contract; and

      3) will not utilize any subcontractor that is identified on any such list to provide goods or services thereunder.

    • Customer Service Confirmation (required)

      The Company representative has read and agrees to the standards set forth in the City's Customer Service agreement.

    • Is there a Pre-Bid meeting? (required)
    • Does this project have a specific start date and renewal options? (required)
    • Start Date (required)

      What is the anticipated start date for this project?

    • Initial Term (required)

      What is the initial term for the agreement?

    • # of Renewals (required)

      How many one-year renewals are available for this project?
      Select "no" for no renewals.

    • Does this project require Bid Security and Bonds? (required)

      Answering YES to this question will add the following language to the solicitation:

      Each Bid must be accompanied by a “Bid Guaranty” of not less than five percent (5%) of the amount of the Bid, up to a maximum amount of $25,000, to guarantee that the successful bidder will, within ten (10) days from the date of the notice of award of the Final Contract, enter into a contract with the City and execute to the City bonds as required. The Bid Guaranty shall be in the form of either a certified check or a “Bid Bond.” The surety company on a Bid Bond shall be authorized to do business in South Carolina. An attorney-in-fact who signs a Bid Bond must file with each a certified and effectively dated copy of their power of attorney. Bid Bonds and surety thereon shall be subject to approval by the attorney for the City.

      For any reason whatever, if a bidder (i) withdraws its Bid after the bids have been opened or, (ii) after acceptance of its Bid, refuses to execute the Final Contract and bonds, then in such case, the City may retain the amount of the certified check or proceeds on the Bid Bond.

      Performance and payment bonds in the amount of 100% of the contract value will be required from the awarded contractor.

      The City, at its sole discretion, reserves the right to waive the performance and payment bond requirement after the contract award and, if waived, the contract price shall be reduced by the amount of the costs related to providing such payment and performance bond that are included in the Bid amount, provided that the Contractor is willing to waive the charged bond fees from the contract price.

    • Is specific licensure required of the bidder? (required)
    • Licensure required. (required)

      Note any certifications or licenses required of the Bidder.

    • Is this solicitation for goods or services? (required)
    • Does the funding source allow use of the local adjustment factor? (required)

      Answering YES to this question will add the following language to the solicitation:

      Local vendors, services, contractors, companies, and businesses (Rock Hill/York County) with a valid City of Rock Hill business license may have the opportunity to receive a 3% or a 5% adjustment factor during the consideration of bids. A local vendor, service, contractor, company, or business is defined as a business offering the services and or products being bid.

    Key dates

    1. April 14, 2026Published
    2. May 14, 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.