Active SLED Opportunity · SOUTH CAROLINA · RICHLAND SCHOOL DISTRICT TWO
AI Summary
Richland School District Two seeks bids for on-call electrical services under a fixed price contract. Contractors will be placed on a Qualified Provider List with no guaranteed work. Pricing must be fixed for the contract duration, and bids are accepted annually.
The purpose of this solicitation is to competitively obtain bids to acquire supplies, services or equipment which complies with the enclosed description and/or specifications and conditions for Richland School District Two for the following project: On-Call Electrical Services Fixed Price Bid, 24-2550. Contractor shall be placed on a Qualified Provider List (QPL) as approved sources of service, however there is no guarantee of any work following contract award.
Fixed Priced Bidding Information
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 optional terms. This clause does not prohibit contractor from offering lower pricing after award.
This solicitation shall remain open for bidders that furnish evidence of responsibility and responsiveness to the requirements as set forth in this solicitation. After the initial submittal due date, bids will be accepted in accordance to the stated submittal due date for each year. Responsive and responsible Bidders will be added to the approved QPL on an annual basis.
| Event | Date | Location |
|---|---|---|
| Submittal Due Date Year 3 | 2027-06-30T15:30:00.000Z | Bidders may participate in the bid opening by calling: 803-790-3999 Meeting #13597 |
| Submittal Due Date Year 2 | 2026-06-30T15:30:00.000Z | Bidders may participate in the bid opening by calling: 803-790-3999 Meeting #13597 |
| Submittal Due Date Year 4 | 2028-06-29T15:30:00.000Z | Bidders may participate in the bid opening by calling: 803-790-3999 Meeting #13597 |
| Submittal Due Date Initial Year | 2025-07-02T15:30:10.634Z | Bidders may participate in the bid opening by calling: 803-790-3999 Meeting #13597 |
As used in these instructions, the terms listed below are defined as follows:
Award(s) will be made to all responsive and responsible Offeror(s) who meets district standards. Award(s) will be posted on the District’s e-Procurement Portal, OpenGov and will be electronically distributed to all those following the project.
Richland School District Two (RSD2) is seeking bids qualified, licensed, insured and experienced electrical Contractors to provide full service, on-call electrical repair, maintenance, and emergency services to RSD2, on an as-needed basis. The Contractors shall service all locations within the district in accordance with all requirements stated herein. There is no guarantee on the amount of work that will be required.
All maintenance and repairs shall be provided in accordance with the highest standards of the industry, skill, workmanship, applicable trade practices, shall meet warranties and be in conformance to all applicable laws, codes and regulations. The electrical maintenance and repairs shall, at a minimum, include but not limited to the specifications outlined herein.
The term of this contract shall be one year, beginning in July 2025. There shall be an option to automatically renew for four (4) additional one-year periods unless either party provides, in writing, ninety days (90) days prior to the renewal date their intent not to renew. The total contract term shall not exceed beyond June 30, 2030.
This solicitation shall remain open for bidders that furnish evidence of responsibility and responsiveness to the requirements as set forth in this solicitation. After the initial submittal due date, bids will be accepted in accordance to the stated submittal due date for each year. Responsive and responsible Bidders will be added to the approved QPL on an annual basis.
It is the Contractor(s)’ responsibility to communicate any anticipated annual increases to Procurement Services 90 days prior to each contract renewal. Annual increase requests may not exceed the published Consumer Price Index rates for the current period.
No contract may be assigned, sublet, or transferred without the written consent of the school district.
The solicitation may be amended at any time prior to opening. Addenda notifications will be emailed to all persons on record as following this Fixed Priced Bid. Failure of any bidder to receive any such addenda or interpretation shall not relieve such bidder from any obligation under their bid as submitted. Offerors shall acknowledge receipt of any amendment to this solicitation by confirming receipt within the OpenGov Procurement system.
If an alternate offer is submitted other than the specified make and model requested in the solicitation, please enter the manufacturer/brand and catalog number of item(s) proposed and prices quoted for each item in the offer.
A. Contractors General Responsibilities: The Contractors shall provide all labor, supervision, equipment, tools, materials, and incidentals required to complete and satisfactorily perform various electrical service projects identified by the District. Services shall include, but are not limited to the following:
1. Troubleshoot, repair, and install electrical devices and equipment in various office and school buildings.
2. Troubleshoot, install and/or replace lighting, sports field lighting, wiring, heat-trace, switches, and/or outlets per the National Electric Code (NEC).
3. Troubleshoot, replace, assemble, perform inspections and/or install various controls panels, emergency generator switchgear, building switchgear and provide technical advice to the District regarding various facility electrical systems.
4. Troubleshoot, provide, replace and/or install control and logical equipment such as limit switches, counters, timers, and relays.
5. Troubleshoot, install, replace and repair circuit breakers and motor control systems for systems up to 3-phase 480V.
B. Contractors Performance Responsibilities: At a minimum, the Contractors shall meet the following performance standards:
1. Contractors shall possess the appropriate Contractors license with the specific specialty services as recognized by the South Carolina Contractor Licensing Board.
2. Contractors shall be responsible for providing quality electrical services in accordance with industry standards, plans, directions, and instructions as provided by the District’s representative for each task.
3. Contractors shall be solely responsible for obtaining any necessary permits to perform any particular task.
4. All equipment, materials, and installation work provided shall conform to the South Carolina Building Codes, National Electrical Code, OSHA, and the specifications of this solicitation.
5. Work Hours: Contractors shall only perform work during the hours of 7:00 am and 4:00 pm, Monday through Friday, excluding holidays, unless the Contractors receives prior written approval from RSD2 stating otherwise. Unless an emergency exists, Contractors shall respond to the District’s request for service within 72 hours of notification.
6. Emergency Work Orders. When notified by RSD2 of emergency work, the Contractors must arrive at the designated property within two (2) hours of notification. If the Contractors is not available in that timeframe, RSD2 reserves the right to contact another firm to provide the service.
7. Troubleshooting. At the request of RSD2, the Contractors shall perform troubleshooting to identify a problem and make recommendations for repair and/or correction of the problem.
8. Parts and Materials. Contractors shall provide the following miscellaneous basic parts/materials and supplies to RSD2 at no additional cost: cleaners, rags, nuts, screws, bolts, sand cloth, solder, wire nuts, wire connectors, electrical tape, and other standard items to the trade. All parts installed and/or materials used are to be exact duplicate, or an approved substitute of original used and/or specified by the manufacturer of the equipment, and in every case, guaranteed as per manufacturer’s specification.
9. Work Area. Contractors shall take such precautions and set up any and all barricades necessary to prevent injury at any and all worksites. Contractors shall contact the Director of Maintenance or designee prior to setting up any barricades. All materials at the job site shall be cleaned up at the end of each day and left neatly.
10. Estimates. Contractors shall provide the District with a written non-binding estimate of the promulgated work and receive approval to proceed before initiating any work. NO WORK SHALL BEGIN WITHOUT A PURCHASE ORDER. The District shall not be liable for payments for work done without a purchase order. A written estimate/quote shall contain the following:
The Contractors shall not charge the District for their time to inspect the worksite and to develop the written non-binding estimate. If the District decides not to proceed with the work, the Contractors time expended for the site inspection and development of a non-binding estimate shall not be billable. Upon the District's approval of the Contractors' estimate, the Contractors shall begin work within twenty-four (24) hours of the District’s notification.
11. Invoicing. Invoices for materials provided by the Contractors shall be solely limited to the actual invoice cost for the materials or equipment, plus the material mark-up, for the project. Contractors shall provide a clear and legible invoice showing all work performed, the time of arrival and departure at the school facility for each employee performing services, including copies of any material or equipment invoices that denote the Contractor’s cost.
The Contractors shall contact the District’s representative at the completion of work in order to verify the time allotted to the service. The quote and invoice shall include Contract #24-2541.
Time charged to a task shall ONLY be for the actual time spent on the job site. Man hours paid under this Contract shall be only for productive hours at the job site. Time spent for transportation of workers, handling and delivery, or for movement of owned or rental equipment will not be considered. These expenses shall be considered in the Contractor's overhead and the cost shall be included in the hourly rate submitted.
12. Parts and Materials. Contractors shall provide the following miscellaneous basic parts/materials and supplies to RSD2 at no additional cost: cleaners, rags, nuts, screws, bolts, sand cloth, solder, wire nuts, wire connectors, electrical tape, and other standard items to the trade. All parts installed and/or materials used are to be exact duplicate, or an approved substitute of original used and/or specified by the manufacturer of the equipment, and in every case, guaranteed as per manufacturer’s specification. All parts ordered during the performance of the contract shall remain in the possession of the District.
Parts and materials provided under this agreement shall not exceed a percentage markup of fifteen percent (15%) of the actual cost to the Contractor. The District reserves the right, solely and in its best interests, to purchase parts/items in the open, competitive market.
No overhead, expenses, etc. shall apply to these parts costs. Any overhead, expenses, travel, etc. must be factored into the Contractors quoted labor rate. No additional charges will be paid by the District.
13. Tools and Equipment. The Contractors shall own or have access to all necessary tools, equipment, and supplies to perform the services detailed herein. The Contractors shall always ensure that tools, equipment, and materials are handled, placed, and stored in a secure and safe manner to protect all parties, including but not limited to the Contractor(s)' workers, RSD2 students and staff, and the public at large. The Contractors shall ensure that during non-working hours such items are not left unattended on the job site when such safety may be compromised. It will be especially important that the hallways are clear for ingress and egress.
14. Safety Standards. Contractors must ensure that each of its employees knows and abides by safety precautions in the use of tools and equipment in providing these services. The Contractors shall also ensure the safety of the Contractor(s)’ staff, RSD2 students and employees and the public at all times while performing services. The Contractors shall, upon request from RSD2, provide RSD2 with a copy of its safety policy.
15. Debris. The Contractors shall clean work areas daily, at the end of the workday, of all work-generated debris. Unless pre-approved by RSD2, debris must not be placed in RSD2 dumpsters and must be removed from the work site by the Contractor(s). When removing debris that contains asbestos, lead, or other hazardous materials, the Contractors must provide RSD2 with written documentation stating that such was properly disposed per any applicable local, state and/or federal requirements.
16. Damage to School Premises. RSD2 will bear no responsibility for damage to Contractor(s)’s equipment regardless of circumstances. The Contractors shall repair and/or replace any damage done to any of the school’s property by their employees within ten (10) calendar days after notification by the District. The Contractors shall document any damages in the project area prior to commencing work. This written record shall be provided to the District’s representative prior to commencing work.
17. Warranty. The Contractor shall warrant that any services or related materials that are found to be defective or faulty due to imperfect and/or bad workmanship within one (1) year from the date of completion. The repair/replacement shall be completed at no additional cost to the District.
The selected Contractor shall provide manufacturer warranty information to the Director of Maintenance and Energy or their designee.
All applicable laws, regulations, ordinances, etc. shall be deemed to be part of these specifications, and the specifications shall be read and enforced as though they were included.
Every resulting contract is subject to all terms of the District Procurement Code including limitations as to duration, rights of the District to terminate and means of dispute resolution. No resulting contract is renewable except to the extent provided in the solicitation. No vendor terms take precedence over the solicitation and the District's Procurement Code.
Bids, amendments, or a withdrawal request received after the time advertised for the solicitation opening/closing will be void regardless of when they were submitted.
Contractors shall:
a. At a minimum, Contractor shall possess a current Mechanical Contractor license with an Electrical sub-classification license issued by the South Carolina Contractor’s Licensing Board. Contractor shall maintain an active license throughout the life of the contract.
b. Have been in business providing similar services for a minimum of five (5) consecutive years performing the type of work described.
c. Provide Proof of Liability Insurance as described in Section 6: Vendor Questionnaire.
d. Prior to service, contractors shall be able to provide a current business license for appropriate jurisdiction of the school/location. Contractor shall maintain an active business license throughout the life of the contract. Please note: the District has schools domiciled in Richland County, City of Columbia and City of Forest Acres. Failure to provide and maintain a current business license shall breach this contract.
The vendor and all representatives of the vendor must have an acceptable background check to enter school property. At a minimum, the Offeror shall obtain a complete South Carolina statewide criminal background investigation and a National Sex Offender Registry check for all individuals and employees performing work or services for Offeror or any other entities such as subofferors, sub-sub-offerors, and consultants who will perform work or a service on this project. Any individual that is registered as a sex offender will not be permitted on school property. All costs associated with these criminal background checks are the responsibility of the offeror. The District reserves the right to request a copy of SLED checks on any representatives of the Vendor who will be on District property. The District reserves the right to deny access to any employee, offeror or person caused to be present on District property by the vendor/offeror. Removal of employees on this basis shall not disrupt the project schedule or cost.
Upon award of a contract under this solicitation, the person, partnership, association, or corporation to whom the award is made must comply with the laws of South Carolina which require such person or entity to be authorized and/or licensed to do business in the State of South Carolina. Notwithstanding the fact that applicable statutes may exempt or exclude the successful Offeror from requirements that the Offeror is authorized and/or licensed to do business in this state, by submission of this signed offer, the Offeror agrees to subject itself to the jurisdiction and process of the courts of South Carolina as to all matters, and disputes arising or to arise under the contract and the performance thereof, including any questions as to the liability for taxes, licenses, or fees levied by the State. The contract shall be construed in accordance with the laws of the State of South Carolina. The School District may seek attorney’s fees and Offeror agrees to pay such fees as awarded by the Court or other body. No attorney’s fees may be sought by, nor will be paid to, the Offeror.
Award will be made to all responsive and responsible offeror(s). There is no guarantee of any work following contract award.
(1) a Record of Negotiations, if any, executed by you and the Procurement Officer;
(2) the solicitation, as amended;
(3) documentation of clarifications [11-35-1520(8)] or discussions [11-35-1530(6)] of an offer, if applicable;
(4) your offer; and
(5) any statement reflecting the State's final acceptance (a/k/a "award"),
(6) purchase orders.
These documents shall be read to be consistent and complimentary. Any conflict among these documents shall be resolved by giving priority to these documents in the order listed above. (b) The terms and conditions of documents (1) through (5) above shall apply notwithstanding any additional or different terms and conditions in any other document, including without limitation, (i) a purchase order or other instrument submitted by the District, (ii) any invoice or other document submitted by Contractor, or (iii) any privacy policy, terms of use, or end user agreement. Except as otherwise allowed herein, the terms and conditions of all such documents shall be void and of no effect. Any document signed or otherwise agreed to by persons other than the Superintendent of Chief Business Official shall be void and of no effect.
Bids may be withdrawn through the District's e-Procurement Portal. The responding firm may “unsubmit” their proposal in OpenGov Procurement. After withdrawing a previously submitted bid, the responding firm may submit another bid at any time up to the deadline for submitting bids, prior to the bid opening. In order to withdraw Your Offer after the minimum period specified following the bid opening, you must notify the Procurement Director in writing.
The school district reserves the right to call for representative samples. Sample(s), when required, must be submitted in accordance with the conditions and instructions cited in the body of the solicitation notice.
By submitting Your Offer, you are offering to enter into a contract with Richland School District Two. Without further action by either party, a binding contract shall result upon final award of this solicitation. Any award issued will be issued to, and the contract will be formed with, the entity identified as the Offeror. Joint Bids are not allowed – an offer may be submitted by only one legal entity. A Purchase Order shall be issued by the District and shall give Offeror the right to proceed with this contract offer.
(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 Richland School District Two, with Statutory Limits, and Employer's Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease.
(c) Richland School District Two, 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. Any insurance or self-insurance maintained by the Richland School District Two, 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 Richland School District Two 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 Richland School District Two 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. Richland School District Two 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 Richland School District Two 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 Richland School District Two a waiver of any right to subrogation which any insurer of said Contractor may acquire against Richland School District Two 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 Richland School District Two has received a waiver of subrogation endorsement from the insurer.
(h) Any deductibles or self-insured retentions must be declared to and approved by Richland School District Two. Richland School District Two 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) Richland School District Two reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances.
All services, materials, supplies, or equipment offered must be guaranteed to meet the requirements of the specification indicated, given, or referred to. In order to define requirements for quality and function of manufactured products, the specifications are based upon products of manufacturers as listed. Unless otherwise indicated, alternate or substitute items for offer are acceptable, but must be of equal quality and/or aesthetic value to what is specified.
A Bid Bond is a requirement of the bid submittals. The Bid security shall be 5% of the total bid price provided.
In case of default of the Offeror, the school district reserves the right to purchase any or all items in default in the open market, charging the Offeror with any excessive cost. Should such charge be assessed, no subsequent bids of the defaulting Offeror will be considered until the assessed charge has been satisfied.
Unless otherwise indicated in this solicitation, it is understood and agreed that any item offered or shipped under the terms of this offer shall be new and in first class condition, that all be new and suitable for storage or shipment, and that prices include standard commercial packaging.
Delivery must be FOB destination freight prepaid unless otherwise specified herein. Delivery cost will be included in unit prices.
If you do not ask questions or clarify any assumptions, the District will assume that you agree with and understand the requirements in the solicitation. If, after examination of the various terms and conditions and requirements of this document, the Bidder believes there are any terms and conditions or requirements which remain unclear or which restrict competition, the Bidder must request, in writing, that District clarify the terms(s) and condition(s) and requirement(s) specified by the Respondent. The Bidder must provide the Section(s), Subsection(s), Paragraph(s), and page number(s) that identify the conditions or requirements questioned, in writing, via the OpenGov Procurement Question/Answer Tab on the District's e-Procurement portal, on or before, Friday, June 12, 2026 by 12:00 pm.
The District may ask any or all respondents to elaborate or clarify specific points or portions of their response. Clarification may take the form of written responses to questions or meetings to discuss the solicitation and/or the participant’s response.
No questions may be directed to or contacts made with members of the Richland Two School District School Board, Superintendent, or any District staff not identified in this solicitation as points of contacts during the period of time that this solicitation is made public until the final selection is made, except as otherwise provided for herein. Violation of this prohibition will be subject to disqualification of the Bidder from further consideration.
The school district reserves the right to reject any offer that contains prices for individual items or services that are inconsistent or unrealistic when compared to other prices in the same or other offers if such action would be in the best interest of the school district. Ambiguous offers which are uncertain as to terms, delivery, quantity, or compliance with specifications may be rejected or otherwise disregarded. The right is reserved to reject any offer in which the delivery time indicated is considered sufficient to delay the operation for which the project or service is intended.
The school district reserves the right to waive any instruction, condition, or minor specification when considered to be in the best interest of the school district.
The District reserves the right to consider historic information and fact, whether gained from the Offeror's bid, question and answer conferences, references, or any other source, in the review of a bid. Bidder acknowledges: (1) that the District will contact various persons who are familiar with the bidder's prior work and related matters, whether such persons are voluntarily disclosed to the District in this bid or not; (2) that truthful and complete information is necessary for the District to make an adequate review of bid; and (3) that bidder will not take any action against any person who responds truthfully and in good faith to a bonafide inquiry by the District for purposes of reviewing the bids received by the District under this solicitation.
Richland School District Two has the right to audit the books and records of the vendors that pertain to this purchase order, both independent of, and pursuant to, the District Procurement Code. Such books and records shall be maintained for three (3) years from the date of final payment under the purchase order.
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 bid 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 purchase order 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.
All taxes, other than South Carolina sales tax, on any item that the school district may be required to pay must be shown separately and not included in the offer prices.
The successful Offeror will comply with all Federal and State requirements concerning fair employment and employment of the disabled, and concerning the treatment of all employees, without regard or discrimination by reason of race, color, religion, sex, national origin or disability.
Prices offered must be based upon payment in the thirty (30) days after delivery and acceptance. Discount for payment in less than thirty (30) days will not be considered in making award. Payment in connection with any discount offered will be computed from the time of acceptance.
By submitting an Offer, Offeror 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.
Offeror shall submit all required information as provided for in this solicitation. Offeror shall submit all other information and documents requested in this section and other sections of this IFB to include any appropriate attachments addressed.
Any pricing provided by Offeror shall include all costs for performing the work associated with that price. Offeror’s price shall be fixed for the duration of this contract, including option terms, except as otherwise provided in this solicitation. This clause does not prohibit Offeror from offering lower pricing after award.
Contract Period begins: N/A.
To be eligible for award of a contract, a prospective offeror must be responsible. In evaluating an offeror’s responsibility, the District’s standards of responsibility and information from any other source may be considered. An Offeror must, upon request of the District, 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 the Offeror is not eligible to receive an award.
Any resulting contract from this solicitation will begin on the date specified in the Statement of Award or Intent to Award. The contract period shall be for NO VALUE years with an option to renew for NO VALUEadditional one-year periods, upon satisfactory agreement between Richland Two and Offeror.
Neither the District nor the Contractor shall be liable for any excess costs if failure to perform the contract arises out of causes beyond the control and without the fault or negligence of either party. Such causes may include, but not restricted to acts of God or of the public enemy, acts of government in either its sovereign or contractual capacity, fires, floods epidemics, quarantine, restrictions, strikes, freight embargos, and unusually severe weather conditions; but in every case, the failure to perform is caused beyond the control of both the District and the Contractor, and without the fault or negligence of either of them.
If the Offeror intends to subcontract with another business for any portion of the work and that portion exceeds 10% of the price, your offer must identify that subcontractor and the portion of 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 District may evaluate your proposed subcontractors.
Offerors must, upon request of the school district, furnish satisfactory evidence of their ability to furnish products or services in accordance with the terms and conditions of these specifications. Officials of Richland School District Two may make such investigations as deemed necessary to determine the ability of the Offeror to perform such work. The school district reserves the right to make the final determination as to the Offeror’s ability to provide the products or services requested herein and to reject any Offeror if evidence fails to indicate that the Offeror is qualified to carry out the requirements of the solicitation document.
The successful Offeror shall indemnify and save harmless Richland School District Two and all its agents and employees, from all suits or claims of any character brought by reason of infringing on any patent, trademark, or copyright.
Any term or condition is void to the extent it requires the District to indemnify, defend, or pay attorney’s fees to anyone for any reason.
Richland School District Two will accept sealed bids via the District's e-Procurement Portal. A copy of the bid package is available on the District’s e-Procurement Portal, OpenGov Procurement. All bids will be received no later than 11:30 am on Thursday, June 28, 2029. Bids will be publicly opened at this time. Late bids will not be accepted.
No pre-bid conference is scheduled. Bidders are encouraged to explore the project location to familiarize themselves with the needs of the area and the constraints of the project space.
Any contract entered into by the District resulting from this solicitation 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 period.
Unless otherwise provided in this Solicitation, the District shall pay the Offeror, 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 District. Unless otherwise provided herein, including the purchase order, payment will be made by check mailed to the payment address provided. The District shall not be liable for the payment of interest on any debt or claim arising out of or related to this contract for any reason.
All prices and notifications shall be submitted through the District’s e-Procurement Portal. No offer shall be altered or amended after the specified time for opening.
Unless otherwise indicated in the solicitation, prices must be firm, if accepted by the school district, within sixty (60) days after the solicitation opening.
Unit prices will govern over extended prices unless otherwise stated.
Payment for goods and services received by the District shall be processed in accordance with the District Policy. A purchase order will be issued and must be referenced on all invoices presented for payment. Payment shall be Net 30. The District Accounts Payable staff processes checks on the 10th and 25th of each month. All invoices must be received at least one week prior to check processing date.
This solicitation is a Fixed Priced Bid (FPB). In the event the School District elects to negotiate a contract with the successful Offeror, any contract shall contain, at a minimum, the terms and conditions (or substantially the same terms and conditions) as hereinafter stated. The School District reserves the right, in its sole discretion, to reject all submissions, reissue a subsequent FPB, terminate, restructure or amend this procurement process at any time. The final selection and contract negotiation rests solely with the School District.
OFFEROR SHALL NOT PERFORM ANY WORK PRIOR TO THE RECEIPT OF A PURCHASE ORDER FROM THE DISTRICT. The District 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. No other particular form is required.
Offerors are to visibly mark as “CONFIDENTIAL” each part of their offer that they consider to be proprietary information.
A. A prospective bidder, offeror, contractor, or subcontractor who is aggrieved in connection with a solicitation shall protest to the Chief Business Official within fifteen days of the date of issuance of the Invitation For Bids or Requests for Proposals or other solicitation documents, whichever is applicable, or any amendment to it, if the amendment is at issue.
B. Any actual bidder, offeror, contractor, or subcontractor who is aggrieved in connection with the intended award or award of a contract shall notify the Chief Business Official in writing of its intent to protest within seven business days of the date that award or notification of intent to award, whichever is earlier, is posted. The actual protest must be filed within fifteen calendar days of the award or intended award.
The protest must be submitted in writing to the Chief Business Official, Nancy Williams, 124 Risdon Way, DO @ R2i2-3rd Fl., Columbia, SC 29223 or emailed to procurement@richland2.org. The protest must be in accordance to section 4210 of Richland School District Two Procurement's Code.
The Contractor shall be responsible for safeguarding against loss, theft, or damage of all District property, materials, equipment, and accessories that might be exposed to the contractor’s personnel. Guns, knives, or other dangerous weapons shall not be allowed on campus. Smoking, alcohol and drugs are prohibited on the campus.
Each Offeror shall fully acquaint himself with conditions relating to the scope and restrictions attending the execution of the work under the conditions of this solicitation. It is expected that this will sometimes require on-site observation. The failure or omission of an Offeror to acquaint himself with existing conditions shall in no way relieve the Offeror of any obligation with respect to this solicitation or to the contract.
By submitting, the applicant certifies, to the best of its knowledge and belief that the applicant and/or any of its principals, sub grantees, or subcontractors are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any state or federal agency; have not, within a three-year period preceding this application, 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 commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, tax evasion, or receiving stolen property; and are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated above. Applicant has not, within a three –year period preceding this application, had one or more contracts terminated for default by any public (federal, state, or local) entity.
Subject to the conditions below, the District, providing a (30) thirty-day advance written notice is given to the vendor, may terminate the contract for any reason.
Please provide the following information for each person(s) authorized to submit a response on behalf of your organization:
Name
Title
Phone Number
Email Address
Any award issued will be issued to, and the contract will be formed with, the entity identified as the Offeror as provided with this solicitiaton. The entity named as the Offeror must be a single and distinct legal entity. Do not use the name of a branch office or a division of a larger entity if the branch or division is not a separate legal entity, i.e., a separate corporation, partnership, sole proprietorship, etc.
Indicate if you are a South Carolina Minority-Owned / Woman-Owned Business. Check the appropriate box below.
Provide a copy of your W9.
Provide address to which payment shall be sent.
If address is the “Same” as the Official Address - “Enter “SAME”.
Please provide a minimum of three (3) references to include the following for each reference: (must be submitted as a file upload)
Company Name
Contact Person
Address
Telephone Number
Email
Scope of work performed
Every resulting contract is subject to all terms of the District Procurement Code including limitations as to duration, rights of the District to terminate and means of dispute resolution. No vendor terms take precedence over the solicitation and Procurement Code.
To be considered responsible, responsive and eligible to negotiate and enter into a contract, if any, the Offeror shall, at a minimum, meet the qualifications as provided for in this solicitation document.
By submitting a response to this solicitation, the Offeror certifies that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same services, materials, supplies, or equipment, and is in all respect fair and without collusion and fraud. The Offeror agrees to abide by all conditions of this bid and certify that they are authorized to sign this bid for the bidder.
If accepted and awarded, this Offer shall serve as the Official Contract between the Offeror and Richland School District Two. A Purchase Order issued by Richland Two shall constitute the initial start of this Offer/Contract.
Please indicate if your Company has ever been disbarred or suspended from conducting business in South Carolina by any federal, state, or local agency or SC school district.
The Offeror must make a statement as to any litigation to which the Offeror has been a party in during the last three (3) years. If there has been no limigation, please type "N/A".
Please list the years of experience for your organization, including School District Experience)
At a minimum, Contractor shall possess a current Mechanical Contractor license with an Electrical sub-classification license issued by the South Carolina Contractor’s Licensing Board. Please upload here.
Please confirm you are aware that prior to service, contractors shall be able to provide a current business license for appropriate jurisdiction of the school/location. Contractor shall maintain an active business license throughout the life of the contract. Please note: the District has schools domiciled in Richland County, City of Columbia and City of Forest Acres.
The following insurance requirements are mandatory. Contractor must upload their Certificate of Liability Insurance.
A. WORKERS’ COMPENSATION
Statutory limits covering all employees, including Employer’s Liability with limits of:
$500,000 Each Accident
$500,000 Disease - Each Employee
$500,000 Disease - Policy Limit
B. COMMERCIAL GENERAL LIABILITY
Covering all operations involved in this Agreement.
$2,000,000 General Aggregate
$2,000,000 Products/Completed Operations Aggregate
$1,000,000 Each Occurrence
$ 5,000 Medical Payments
C. COMMERCIAL AUTOMOBILE LIABILITY
$1,000,000 Combined Single Limit - Any Auto
Please provide an additional information/comments pertaining to this solicitation. If no additional information or comments are needed, please type "N/A".
Upload Appendix I- Conflict of Interest
Upload Appendix II- Non-Collusion Affidavit
What type of pre-bid conference will be held for this project?
Is a Bid Bond a requirement of this solicitation?
Please select one of the following for the term of the contract resulting from this solicitation.
Please provide the initial term of the contract resulting from this solicitation.
Use the following format: one (1)
What is the extension term for the contract resulting from this solicitation?
Use the following format: four (4)
Does this project have a set time frame or will it have an initial term? If so, please share the contract period begin date for this project. If not, please type "N/A".
Example - project should be completed in 180 days, please provide the beginning date of this project.
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.