Active SLED Opportunity · SOUTH CAROLINA · CITY OF GREER

    McElrath Road Improvements

    Issued by City of Greer
    cityRFQCity of GreerSol. 256023
    Open · 14d remaining
    DAYS TO CLOSE
    14
    due May 28, 2026
    PUBLISHED
    May 4, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    City of Greer seeks qualified contractors for McElrath Road Improvements involving full depth reclamation, widening, ditch installation, driveway modifications, and road striping. Mandatory pre-bid meeting on May 7, 2026. Bids due May 28, 2026. Project completion by October 31, 2026.

    Opportunity details

    Solicitation No.
    256023
    Type / RFx
    RFQ
    Status
    open
    Level
    city
    Published Date
    May 4, 2026
    Due Date
    May 28, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    City of Greer
    Agency
    City of Greer

    Description

    This project will improve and slightly widen McElrath Road via Full Depth Reclamation process as shown per the plans and will establish new ditch lines. Length of project is approximately 1771 linear feet. Project will require existing driveway modifications and new driveway culverts and it will be important to keep local residents informed and able to access their properties. Road will be striped at completion of project.

    Background

    There are 2 existing trees that will need particular attention. One will need to trimmed for overhang. The city will consult with an Arborist during construction on the second tree to minimize chances of damage.

    Project Details

    • Reference ID: 2027-001
    • Department: Engineering
    • Department Head: Steve Grant (Director of Engineering)

    Important Dates

    • Questions Due: 2026-05-15T21:00:00.000Z
    • Answers Posted By: 2026-05-22T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-05-07T13:00:00.000Z — Conference Room 116 Greer City Hall 301 E Poinsett Greer, SC 29651

    Evaluation Criteria

    • 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.

    • TERM OF BID

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

    • Commercial General Liability

      Limits of Insurance

      Each Occurrence$1,000,000
      Damage to rented premises$100,000
      Med Expense (per person)$10,000
      Personal & Advertising Injury$1,000,000
      General Aggregate$2,000,000
      Products-Completed Operations Aggregate$2,000,000

       

    • Specifications

      General:

      The City of Greer is requesting sealed bids from qualified contractors to perform an improvements on McElrath Road.   Interested contractors should reference Attachment A - Approved Set of Plans McElrath 3-30-26_rev1 to understand the project requirements.

      A mandatory pre-bid meeting will be held on Thursday, May 7th, 2026, at 9:00 a.m. The meeting will take place at Greer City Hall - Conference Room 116, 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.

      Interested bidders shall have an Asphalt Paving (Ap 4 or 5) or Highway (HY 4 or 5) classification/license through SC LLR.

      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.

       

      Specifications:

      1. All work performed will be completed to the specifications of the City of Greer and the SCDOT.  Any deviations from this shall be requested from the City or engineer of record in writing.
      2. It is the contractors responsibility to provide the City of Greer with a construction schedule and also provide the City with any deviations from the schedule.
      3. The contractor is responsible for maintaining property access to the residents at all time throughout construction of the project. The contractor shall provide any residents that are unable to get to their homes an alternative access. Any deviations from this will need to be addressed with the property owner and the City of Greer.
      4. The contractor shall inform the residents on the project when construction will affect their access.
      5. Emergency services in the area must be notified of any road closures that will affect their response times.
      6. The contractor is responsible for maintaining appropriate control of the dust from the project.

      Project Completion Timeframe:

      Interested bidders must provide a proposed project schedule. Please note project must be completed by October 31, 2026.

      Sequence of Construction:

      1. Erect Construction Signing
      2. Relocate all utilities that will interfere with construction
      3. Install all erosion control per Greer City standards and SCDOT specifications
      4. Clear and Grubb entire project to limits of construction noted on the plans
      5. Install drainage throughout the project per plans
      6. Preform the full depth reclamation
      7. Repave road and stripe new pavement
      8. Final stabilization of any disturbed area
      9. Remove erosion control
      10. Final acceptance of the project by City of Greer

      Erosion Control Notes:

      1. All erosion control shall be installed before any construction by the contractor will be performed.
      2. All erosion control shall be installed per City of Greer, SCDOT and SC Department of Environmental Services.
      3. Contractor shall have an emergency contact person available to repair any erosion control items after hours that require immediate attention.
      4. The contractor along with the City shall perform regular erosion control inspections with documentation per City of Greer Specifications. 
      5. The erosion control blanket will be applied in areas the City deems necessary during construction. 

      Change Orders:

      1. Change Orders are only available under special circumstances.  All changes must be submitted in writing before they are reviewed 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.  

      Additional Requirements:

      1. Contractors shall have an Asphalt Paving (Ap 4 or 5) or Highway (HY 4 or 5) classification/license through SC LLR
      2. Contractor must provide services with care necessary to protect property and assets. Contractor shall be responsible at their own expense or any damage to public or private property as a result of any act or omission on the part of the contractor, its employees, or agent. 
      3. There shall be no safety hazards left overnight through the completion of the project. 
      4. 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. 
      5. The contractor shall be responsible for obtaining any required permits from the City of Greer Planning and Development Department.  
      6. Awarded contractor, and subcontractors, if applicable, must obtain a business license from the City of Greer Business License Office and the required insurance coverage.
      7. The Contractor shall provide, install, and maintain temporary fencing or barricades to secure the work area and prevent public access to construction zones.  Fencing must be installed prior to project start and shall remain until all work is complete and the area is safe for public use. 
      8. Contractor must remove and transport debris to a certified landfill, and only in a manner that will prevent spillage on adjacent surfaces, areas, and roadways.  Trucks hauling debris must be covered at all times.  
      9. Equipment staging area will be identified at pre-bid meeting.  No lighting or security will be provided. 
      10. Contractor must ensure mud is not being tracked off site.  If stone is not sufficient for mud removal, washing must be performed before construction traffic enters a public road Contractor shall monitor and clean the roadway if required. 
      11. The contractor shall use all reasonable means necessary to reduce dust during construction.
      12. Contractor must provide supply references.

       

    • Automobile Liability

      Limits of Insurance

      Combined Single Limit$1,000,000
    • SCHEDULE FOR COMPETITIVE PROCUREMENT PROCESS
        1. Issue Date: Monday, May 4, 2026
        2. Mandatory Pre-bid Meeting: Thursday, May 7, 2026 at 9:00 am, at Conference Room 116 Greer City Hall 301 E Poinsett Greer, SC 29651.
        3. Deadline for Questions: Friday, May 15, 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, May 22, 2026, at 5:00 pm
        5. Bids must be submitted through the e-procurement portal and must be received no later than Thursday, May 28, 2026 at 11:00 am. Responses to the RFB received after this deadline will not be considered. Submittals must contain all the requested information.
    • 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.
    • Workers' Compensation

      Limits of Insurance

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

    • 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.

    • Employers Liability

      Limits of Insurance

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

    • Cyber Liability

      Limits of Insurance

      All Loss Expense$1,000,000
      All Liability Expense$1,000,000
    • 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.

    • 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.

    • 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.

    • Umbrella Liability

      Limits of Insurance

      Each OccurrenceTBD
      AggregateTBD
    • Professional Liability

      Limits of Insurance

      Per Occurrence$1,000,000
      Aggregate$1,000,000
    • 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.

    • 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
    • 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.

    • 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.

    • 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.

    • Fidelity Bonds

      Limits of Insurance

      Bond LimitTBD
    • 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.

    • Performance and Payment Bonds

      Limits of Insurance

      Bond LimitAmount of Jobs
    • 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)

      Please not interested contractors shall have an Asphalt Paving (Ap 4 or 5) or Highway (HY 4 or 5) classification/license through SC LLR.  Please upload current license.

    • References and/or Project Experience (required)

      Please download the below documents, complete, and upload.

    • Proposed Project 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)

    Key dates

    1. May 4, 2026Published
    2. May 28, 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.