Active SLED Opportunity · SOUTH CAROLINA · BEAUFORT COUNTY, SC

    Wimbee Creek Trestle Demolition

    Issued by Beaufort County, SC
    countyInvitation For BidBeaufort County, SCSol. 260491
    Open · 22d remaining
    DAYS TO CLOSE
    22
    due Jun 4, 2026
    PUBLISHED
    Apr 30, 2026
    Posting date
    JURISDICTION
    Beaufort County,
    county
    NAICS CODE
    237990
    AI-classified industry

    AI Summary

    Beaufort County, SC invites bids for demolition and removal of the Wimbee Creek fishing pier including concrete, wood, steel structures, and pilings. The project includes waste management, safety compliance, and site cleanup. Completion is required within 90 days of Notice to Proceed.

    Opportunity details

    Solicitation No.
    260491
    Type / RFx
    Invitation For Bid
    Status
    open
    Level
    county
    Published Date
    April 30, 2026
    Due Date
    June 4, 2026
    NAICS Code
    237990AI guide
    Agency
    Beaufort County, SC

    Description

    Beaufort County is seeking proposals for the demolition and removal of the train trestle fishing pier at the Wimbee Creek Boat Landing. This is to include the concrete deck, wood and steel superstructure and all pilings.

    Background

    The Wimbee Creek Fishing Pier has been found to be in a deteriorated condition that is not safe for public use. Beaufort County desires the pier to be removed and properly disposed of in preparation for the construction of a new fishing pier that is being designed.

    Project Details

    • Reference ID: 060426
    • Department: Engineering
    • Department Head: Bryan Bauer (Director)

    Important Dates

    • Questions Due: 2026-05-21T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-05-14T18:00:00.000Z — Please email gmurray@bcgov.net for TEAMS invitation

    Addenda

    • Addendum #1 (released 2026-04-28T17:33:08.176Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • PRE-AWARD DOCUMENTS
      Item/FormSubmission
      Requirements
      1

      Program Overview

      n/a
      2

      Self-Performance Affidavit
      Indicates intention to perform work and/or provide services with own current workforce.

      Due with bid/proposal only if self-performing 100%.
      3

      Good Faith Efforts Checklist

      Indicates the actions undertook to recruit and solicit small and minority businesses for this project.

      Due with bid/proposal.
      4

      Good Faith Agencies Distribution List

      Indicates agencies that should receive notice of solicitation to small and minority businesses for this project.

      Copy of notice sent to good faith agencies due with bid/proposal.
      5

      Outreach Written Notice Example

      Sample of notice to be sent to small and minority businesses soliciting their participation for this project.

      Copy of notice sent to small and minority businesses due with bid/proposal.
      6

      Non-Discrimination Statement – Exhibit 1

      Certification that this project is open to all businesses and persons and that no business or person shall be excluded from participating in the Beaufort County procurement process.

      Due with bid/proposal.
      7

      Outreach Documentation Log – Exhibit 2

      Documents solicitation efforts to obtain small and minority business participation for this project.

      Due with bid/proposal.
      8

      Proposed Utilization Plan – Exhibit 3

      Listing of the small and minority businesses that will participate on this project and their proposed contract dollar amounts.

      Due with bid/proposal.
    • DEFINED TERMS

      Terms used in these Instructions to Bidders, which are defined in the General Conditions and Supplementary Conditions have the meanings assigned to them therein.

    • POST-AWARD DOCUMENTS
      Item/FormSubmission
      Requirements
      9

      Compliance Efforts

      If the successful bidder/proposer, indicates the actions required to earnestly carry out the small and minority business utilization plan and document payments thereof.

      n/a
      10

      Monthly Compliance Status Report – Exhibit 4

      Certifies monthly usage and payments to small and minority businesses.
      Due monthly after work commences throughout the life of the contract.

       

      * NOTE: Projects involving Federal funds may have Disadvantaged Business Enterprise (DBE) participation goals and requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation (USDOT), or other Federal requirements prescribed by the U.S. Department of Agriculture (USDA) or U.S. Department of Housing and Urban Development (HUD).  Contractors submitting bids on such projects will also have to meet any outlined DBE Program requirements listed in the bid documents and submit items, including but not limited to, the following:  (1) Certification of Contractor to Comply with DBE Requirements; (2) DBE Letter of Intent and Affirmation; (3) DBE Contract Totals and Percentage; and (4) Bidder’s List Questionnaire.  For a current list of South Carolina DBE firms, please visit www.scdot.org and go to “Doing Business with SCDOT”, then see “Office of Business Development and Special Programs” and click on “DBE Directory”.  Likewise, any USDA and/or HUD requirements must be met in addition to Beaufort County’s requirements.

    • CONTACT DURING BIDDING PROCESS

      Vendors shall only contact Procurement Services during the bidding process. Any vendor that does not comply with this is at risk of being disqualified.

    • INSURANCE REQUIREMENTS
      1. INSURANCE REQUIREMENTS:  Prior to commencing work/delivery hereunder, contractor/vendor, at his expense, shall furnish insurance certification showing the certificate holder as Beaufort County, P. O. Drawer 1228, Beaufort, SC 29901, Attention:  Risk Management Director, and with a special notation naming Beaufort County as an additional insured on the liability coverages.   Minimum coverage shall be as follows:
        1. Worker’s Compensation Insurance – Contractor shall have and maintain, during the life of this contract, Worker’s Compensation Insurance for his or her employees connected to the work/delivery, in accordance with the Statutes of the State of South Carolina and any applicable laws.  Employers Liability minimum limits required $500,000
        2. Commercial General Liability Insurance - Contractor shall have and maintain, during the life of this contract, Commercial General Liability Insurance.  Said Commercial General Liability Policy shall contain Contractual Liability and Products/Completed Operations Liability subject to the following minimum limits:

              $1,000,000 Each Occurrence/ $2,000,000 General Aggregate and $2,000,000 Products/Completed Operations Aggregate naming Beaufort County as an additional insured.

      1.3        Comprehensive Automobile Liability Insurance – The Contractor shall have and maintain, during the life of this contract, Comprehensive Automobile Liability, including non-owned and hired vehicles, of at least $500,000 COMBINED SINGLE LIMIT. 

       

      1.3.1      ADDITIONAL INSURANCE REQUIREMENTS:  Umbrella Liability Insurance – Contractor shall have and maintain, during the life of this contract, Umbrella Liability Insurance with a minimum limit of $2,000,000

       

      1.3.2      Builders Risk/Instillation (For Construction Projects Only) Contractor is to provide Builders Risk/Instillation coverage at finished replacement cost value. The coverage is to include building materials in transit or at the job site location.

       

      1.3.3      Professional Liability (Errors & Omissions): (For Professional Services Only) Professional Liability Insurance protects against losses that occur when a “professional” errors in judgement, planning, and design could result in economic loss to the entity or county. In order to determine if Professional Liability should be required ask yourself: Is the professional licensed or certified (i.e. architects, consultants, auditors, attorneys, engineers, etc.)? Required if a contractor is performing any type of design/build for a particular project.

      The vendor shall maintain a limit no less than $1,000,000 per occurrence:

       

        1. The required insurance policy at the time of issue must be written by a company licensed to do business in the State of South Carolina and be acceptable to the County.
        2.  The Contractor/vendor shall not cause any insurance to be canceled or permit any insurance to lapse.  All insurance policies shall contain a clause to the effect that the policy shall not be canceled or reduced, restricted or limited, until fifteen (15) days after the County has received written notice, as evidenced by return receipt of registered or certified letter.  Certificates of Insurance shall contain transcript from the proper office of the insurer, the location, and the operations to which the insurance applies, the expiration date, and the above-mentioned notice of cancellation clause. 
        3.   The information described above sets forth minimum amounts and coverages and is not to be construed in any way as a limitation on the Contractor’s liability.

       

    • PROGRAM OVERVIEW

      Introduction

      Beaufort County recognizes that the South Carolina General Assembly, in South Carolina Code of Laws Section 11-35-5210*, has declared that businesses owned and operated by minority persons have been historically restricted from full participation in our free enterprise system to a degree disproportionate to other businesses; and that it is in the state’s best interest to assist minority-owned businesses to develop fully as a part of the state’s policies and programs which are designed to promote balanced economic and community growth throughout the state.  Therefore, Beaufort County wishes to ensure that those businesses owned and operated by minorities are afforded the opportunity to fully participate in its overall procurement process for goods and services.  Further, Beaufort County seeks to ensure that small businesses are likewise afforded the same participation opportunity as minority businesses.  Consequently, attention of all bidders and proposers is called to contract conditions contained herein pertaining to Beaufort County’s “Small and Minority Business Participation Program”, as prescribed in the Beaufort County Code of Ordinances Section 2-537.2.

      Definitions

      Small Business means a for-profit concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on government contracts, and qualified as a small business under the criteria and size standards in the Code of Federal Regulations, Title 13, Part 121, as amended.  Beaufort County refers to these businesses as Small Business Enterprises or “SBE”. 

      Minority Business means a concern at least fifty-one percent (51%) owned by a person determined to be socially and economically disadvantaged.  Socially disadvantaged means those persons who have been subject to racial or ethnic prejudice or cultural bias because of their identification as members of a certain group without regard to their individual qualities.  Such groups include, but are not limited to, Black Americans, Hispanic Americans, Native Americans (including American Indians, Eskimos, Aleuts and Native Hawaiians), Asian Pacific Americans, women and other minorities to be designated by the Beaufort County Council.  Economically disadvantaged means those socially disadvantaged persons whose ability to compete in the free enterprise system has been impaired due to diminished capital and credit opportunities as compared to others in the same business area that are not socially disadvantaged.  Beaufort County refers to minority businesses as Minority Business Enterprises or “MBE”.

      Small and Minority Business Enterprises will be abbreviated as “S/MBE”.

      Provisions

      The successful bidder or proposer, hereafter referred to as “Contractor”, is required to (1) make specific Pre-Award “Good Faith Efforts” to recruit S/MBE and (2) Post-Award “Compliance Efforts” of its labors to utilize S/MBE, unless self-performing one hundred percent (100%) of the contract work.  Falsification of any pre-award or post-award documents will be considered a serious breach of public trust and funds.

      * SOUTH CAROLINA CODE OF LAWS, CHAPTER 35 “SOUTH CAROLINA CONSOLIDATED PROCUREMENT CODE, SUBARTICLE 1 “ASSISTANCE TO MINORITY BUSINESSES”

    • CONTRACT DOCUMENTS
      1. Bidder should verify that the Contract Documents are complete in the number of documents as indicated by the List of Documents, and in the number of pages in each document.
      2. Bidder must use a complete set of Contract Documents in preparing Bid; neither Owner nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of an incomplete set of Contract Documents.
      3. Bidder has the responsibility prior to submitting Bid to examine the Contract Documents thoroughly and submit questions through the Procurement Portal. Bidder is encouraged to visit the construction site prior to submitting a Bid.
      4. Addenda may be issued to modify the Contract Documents in response to notifications made by Bidders, or for other reasons. Addenda will be posted through the Procurement Portal at least five days prior to Bid opening. If addenda are required to post less than five calendar days prior to Bid Opening, then it shall be the responsibility of the Bidder who considers that the issued addenda does not provide sufficient time to address the Bid, notify the owner, by phone and in writing of the need to delay the Bid Opening. The owner shall then notify all prospective bidders via email and through the Procurement Portal of the revised Bid Opening Date.
      5. Bidders shall check the Procurement Portal to verify the number, if any, of Addenda issued.
    • Work Covered by Contract Documents

      The work of the Project is defined by the Contract Documents and primarily includes, but is not limited to:

      1. Demolition and disposal of 7 timber pile bents
      2. Demolition and disposal of 1 reinforced concrete and steel pile bent
      3. Demolition of plate girder superstructure
      4. Demolition of concrete and timber deck
      5. Demolition of pedestrian stairs
      6. Installation of new chain link fence
    • COMPLIANCE EFFORTS (POST-AWARD)

      The successful Contractor is required to fulfill any Small and Minority Business Enterprise (S/MBE) commitments made in conjunction with the “Pre-Award Good Faith Efforts”, unless good cause is demonstrated for any failure to fulfill such commitment. 

      If the Contractor intends to make any substitutions for any reasons, the Beaufort County Compliance Office must be notified in writing within ten (10) business days for discussion and approval.  No Contractor shall enter into an agreement with any S/MBE that would in any manner limit the S/MBE from selling or acting as a subcontractor to any other party. 

      Beaufort County shall have the right to inspect the Contractor’s records related to activity and expenditures to S/MBE utilized on its projects, to include related contracts/purchase orders and payment records, such as cancelled check copies.  Further, designated Beaufort County personnel are permitted access to all work sites.  Contractors and their staff should take measures to cooperate fully with all Beaufort County staff, including, but not limited to the Procurement Services Director and Compliance Officer.

      “Post-Award Compliance Efforts” require the Contractor to not only provide monthly reports regarding activity and expenditures to S/MBE, but also to maintain related records throughout the life of the project regarding its efforts to comply with the Small and Minority Business Participation Program.  The “Monthly Compliance Status Report” must be submitted to the Compliance Office until the project ends, by the fifth (5th) day, reflecting the activity of the previous month. 

      After the County receives a monthly status report marked as “final”, the Contractor will be issued an affidavit to certify totals regarding S/MBE usage throughout the life of the project. 

      All questions regarding “Post-Award Compliance Efforts” should be directed to the Compliance Office vie e-mail at dthomas@bcgov.net or (843) 255-2304.

    • Work Restrictions

      Work Restrictions, General: Comply with restrictions on demolition operations.

      1. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction.
      2. B. On-Site Work Hours: Limit work to normal business working hours of 7:30 a.m. to 5:00 p.m., Monday through Friday, unless otherwise indicated.
        1. Submit request to the Owner at least 72 hours in advance for permission to work outside the normal working hours or on Saturdays, Sundays, or federal holidays.
        2. Existing Utility Interruptions:
          1. 1. Submit request to the Owner at least 72 hours in advance of any utility interruptions.
          2. 2. Obtain Owner's written permission before proceeding with any utility interruptions. D. Take action to prevent the spread of construction dust, debris, and fumes at all times. Submit a demolition waste control plan prior to work.
          3. Sanitation Facilities: The Contractor shall provide temporary toilet, wash facilities, and drinking water for use by Contractor's personnel. Comply with requirements of authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities. 
    • ORGANIZATION OF CONTRACT DOCUMENTS
      1. The Bid form contains understandings and representations made by Bidder in submitting the Bid; in addition, the Schedule of Items is included.
      2. The form of Notice of Award and Agreement, which may be executed by the Owner with the Successful Bidder, is incorporated in the Contract Documents.
      3. The General Conditions incorporated in the Contract Documents are the STANDARD GENERAL CONDITIONS OF THE BEAUFORT COUNTY, SOUTH CAROLINA CONSTRUCTION CONTRACT
      4. The actual amendments or supplements to the Standard General Conditions are made in the Supplementary Conditions by reference to the specific article or paragraph so amended or supplemented. The Supplementary Conditions may also contain additional paragraphs incorporating language required by South Carolina contract law.
      5. The General Requirements of the Specifications contain additional amendments and supplements to the Standard General Conditions of the Construction Contract with regard to general and administrative matters and contain details for the Work of this Contract.
      6. The Technical Requirements of the Specifications may cover a breakdown of the Goods and/or Service by Sections; solely for reference and payment, and not for dividing Goods and/or service among subcontractors or suppliers. Each section includes general information on the Work included, and method of payment. Items in the Technical Sections for which payment is to be made are listed in the Schedule of Items in the Bid Form. 
      7. The drawings are complementary to the Specifications to show size, form, location and arrangement of various elements of the Work. 
      8. The Supervision and Superintendence Section of the Special Provisions may contain additional instruction, conditions or directions directly related to the contract or Work of the Contractor.
      9. The General Conditions indicates that information and data reflected in the Contract Documents with respect to Underground Facilities at or contiguous to the site is based upon information and data furnished to Owner and Engineer by owners of such Underground Facilities or others, and Owner and Engineer shall not assume responsibility for the accuracy or completeness thereof.
      10. Bidder, prior to submitting a Bid, may conduct at bidder's expense any additional examinations, investigations, explorations and tests pertaining to subsurface and physical conditions, and to Underground Facilities, which are deemed necessary by Bidder to determine an appropriate Bid for performing and furnishing the work in accordance with the Contract Document. Owner will provide Bidder with access to the site for the purpose set forth in this paragraph upon agreement of the Bidder to restore the site as nearly as possible to its original condition.
      11.  
    • SCHEDULE OF PRICES

      Bidder, with regard to completing the Schedule of prices of the Bid Form, is advised as follows:

      1. The Owner, a public body, is not exempt from South Carolina State Sales and Use Taxes and equipment to be incorporated in the Work, and such taxes shall be included in with price Bid.
      2. The quantities indicated for Unit Price Work, if any, are estimates and not guaranteed and final payment will be based on actual quantities constructed.
      3. The Agreement, if made, will be on the basis of materials and equipment indicated in the Drawings or specified in the Specifications without consideration of possible substitute items.
      4. The lands upon which the Work are to be performed, rights-of-way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by Contractor.
      5. The amount Bid for each item must be written in words where indicated; these written entries shall control with regard to price of the Bids received.
    • Safety Precautions

      These construction documents and the construction work hereby contemplated shall be governed at all times by applicable provisions of federal regulations, including, but not limited to, the current edition, with the latest amendments of the following:

      1. William-Steiger Occupational Safety and Health Act of 1970, Public Law 91-596; Part 1926 - Occupational Safety and Health Standards, Chapter XVII of Title 29, Code of Federal Regulations (29 CFR Part 1926).
      2. B. The Contractor shall notify the local fire department at least 24 hours prior to the start of any demolition practices which may affect or impair any fire protection system or which may present a fire hazard (i.e., sanding, welding, grinding, applying hot tar, burning and utilizing of any flame producing device).
        1. 1. The Contractor shall have and maintain an appropriate functioning fire extinguisher in the work area, for the type of work being done and the materials present. The Contractor shall comply with OSHA, NFPA, and other local safety regulations.
        2. C. The Contractor shall determine and employ all necessary safety precautions to protect the general public and Contractor or Subcontractor personnel during construction operations.
        3. D. The Contractor shall coordinate closure of the facility with the Beaufort County Public Work 
    • Site Maintenance

      The Contractor shall perform daily clean-up of work site, dumpsters and storage area. All dumpsters shall be covered and watertight.

      B. The Contractor shall also protect existing plants, shrubs, fences, and structures within the demolition area

    • SUBMISSION OF BIDS
      1. Bidder must provide all information requested in the Vendor Questionnaire thereto by appropriate entries handwritten in ink or typewritten.
      2. If Bidder is, a joint venture set forth the full name of the identity or identities comprising the joint venture. Each joint venture must sign in the manner indicated for the respective form of ownership as set forth in these Instructions to Bidders.
      3. Bidder must submit a Bid Security made payable to the Beaufort County Treasurer in an amount of not less than five percent (5%) of the total amount indicated in the Bid Form, in the form of a certified or bank check or a Bid Bond issued by a surety authorized to do business in South Carolina.
      4. Bids including Bid Security and other required documents, shall be submitted as indicated in the advertisement for Bids.
      5. Bids may be modified or withdrawn by a document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids.
    • Construction Waste Management and Disposal

      1.0 SUMMARY A. Section includes administrative and procedural requirements for the following:

      1. Salvaging nonhazardous demolition and construction waste.
      2. Recycling nonhazardous and regulated, demolition and construction waste.
      3. Disposing of nonhazardous and regulated, demolition and construction waste.

      B. The Contractor is responsible for complying with all Federal, State, and local environmental laws and requirements in the execution of this contract.

      1.1 DEFINITIONS A. Construction Waste: Building and site improvement materials and other solid waste resulting from construction, remodeling, renovation, or repair operations. Construction waste includes packaging.

      B. Demolition Waste: Building and site improvement materials resulting from demolition or selective demolition operations.

      C. Disposal: Removal off-site of demolition and construction waste and subsequent sale, recycling, reuse, or deposit in landfill or incinerator acceptable to authorities having jurisdiction. D. Recycle: Recovery of demolition or construction waste for subsequent processing in preparation for reuse.

      E. Salvage: Recovery of demolition or construction materials and deliver them to the Owner ready for reuse. F. Salvage and Reuse: Recovery of demolition or construction materials, prepare them for reuse, and subsequent incorporation into the work.

      1.2 HAZARDOUS WASTE OPERATIONS

      A. Contractors whose employees are exposed to hazardous waste, respond to emergencies involving hazardous materials, or participate in any cleanup or investigation of a government identified uncontrolled waste site, must follow all the requirements of 29 CFR 1910.120 which includes Site Safety and Health Plans, Emergency Contingency Plans and proper employee training. The Contractor, if required by 29 CFR 1910.120, shall submit to the Owner prior to performing the work, the Site Safety and Health Plans, Emergency Contingency Plans and proof of adequate worker training.

      1.3 HAZARDOUS MATERIALS

      A. The Contractor shall submit to the Engineer a copy of the Contractor's OSHA-approved hazardous communication program as required by 29 CFR 1910.1200.

      B. The Contractor shall submit to the Engineer a copy of all Material Safety Data Sheets (MSDS) for each chemical or hazardous material to be used in the execution of this contract.

      C. The Owner, upon review of the Contractor's MSDS, has the right to deny the Contractor the use of chemicals or products which, in the Owner's judgment, pose an undue health risk, cause the generation or potential generation of hazardous waste, or result in the generation of other regulated wastes including wastewaters and air emissions.

      D. The Contractor shall have proper secondary containment for storage of all liquid hazardous materials at the work site. This secondary containment shall be capable of containing 10% of the volume of all containers or 100% of the volume of the largest container whichever volume is the greater.

      1.4 PERFORMANCE REQUIREMENTS

      A. General: Practice efficient waste management in the use of materials in the course of the Work. Use all reasonable means to divert construction and demolition waste from landfills and incinerators. Facilitate recycling and salvage of materials.

      1.5 WASTE GENERATION

      A. The Contractor shall be responsible for the proper management and collection of all wastes generated·. ·

      B. The Contractor shall provide waste collection containers for all wastes generated that include unregulated trash, regulated wastes (construction debris, unusable excavated materials; and recyclable used oil), hazardous wastes, and wastewaters that cannot be discharged. The Contractor shall submit to the Engineer copies of all weight tickets from the disposal of waste. All waste shall be disposed of in permitted landfills, recycling, or treatment facilities.

      C. All regulated waste generated by the Contractor shall be managed in accordance with all State, Federal and local agencies having jurisdiction. '

      D. All hazardous waste or potentially hazardous waste generated by the Contractor shall be managed in accordance with all Resource Conservation and Recovery Act (RCRA 40 CFR 260 - 266, 268 and 270), and other State and local agencies having jurisdiction. The Contractor shall be responsible for the proper collection and management of all hazardous waste.

      E. The Contractor shall not discharge wastewater to any sewer, sanitary or storm, or into waterways.

      1.6 SPILLS AND RELEASES

      A. The Contractor shall be responsible for, and shall pay all costs for the cleanup and the disposal of wastes from any spills or releases of any hazardous materials (including all wastes) to the environment.

      B. If the Contractor is performing a spill cleanup, the Contractor shall perform the cleanup in a manner that complies with applicable federal, state, and local laws and requirements.

      1.7 ABATEMENT OF AIR POLLUTION

      A. The Contractor shall comply with all federal, state, and local air pollution regulations.

      B. The Contractor shall not release any chlorofluorocarbons (CFCs) to the environment when executing this contract.

      1.8 SUBMITTALS

      A Waste Management Plan: Submit plan within (15) fifteen days of date established for the Notice to Proceed.

      B. Recycling and Processing Facility Records if applicable: Indicate weight, receipt and acceptance of recyclable waste by recycling and processing facilities licensed to accept them.

      C. Landfill and Incinerator Disposal Records: Indicate weight, receipt and acceptance of waste by landfills and incinerator facilities licensed to accept them. Include manifests, weight tickets, receipts, and invoices.

      D. OSHA-Approved hazardous communication program, site safety plan, emergency plans.

      Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes.

      1.9 QUALITY ASSURANCE

      A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction.

      1.10 WASTE MANAGEMENT PLAN

      A. General: Develop a waste management plan according to ASTM E 1609 and requirements in this Section. Plan shall consist of waste identification and waste reduction work plan.

      B. Waste Identification: Indicate anticipated types and quantities of salvage, recycling, and construction waste generated by the work.

      C. Waste Reduction Work Plan: List each type of waste and whether it will be salvaged, recycled, or disposed of in landfill or incinerator. Include points of waste generation, quantity for each means of recovery, and handling and transportation procedures.

      1. Salvaged Materials for Reuse: For materials that will be salvaged and reused in this Project, describe methods for preparing salvaged materials before incorporation into the Work.
      2. Recycled Materials: Include list of local receivers and processors and type of recycled materials each will accept. 
      3. Disposed Materials: Indicate how and where materials will be disposed of. Include name, address, and telephone number of each landfill and incinerator facility.

      Handling and Transportation Procedures: Include method that will be used for separating recyclable waste including sizes of containers, container labeling, and designated location where materials separation will be performed.

      D. Waste Management Report: Provide a final report at the end of the project. Report shall consist of actual quantities by weight of waste salvaged, recycled, disposed of in landfill or incinerator.

      PART 2- PRODUCTS (Not Used)

      PART 3 - EXECUTION 3.1 PLAN IMPLEMENTATION

      A. General: Provide handling, containers, storage, signage, transportation, and other items as required to implement waste management plan during the entire duration of the Contract. B. Conduct waste management operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities.

      Designate and label specific areas on Project site necessary for separating materials that are to be salvaged, recycled, and disposal.

      3.2 RECYCLING DEMOLITION AND CONSTRUCTION WASTE, GENERAL

      A. General: Recycle paper and beverage containers used by on-site workers.

      B. Preparation of Waste: Prepare and maintain recyclable waste materials according to recycling or reuse facility requirements.

      C. Procedures: Separate recyclable waste from other waste materials, trash, and debris. Separate recyclable waste by type at Project site to the maximum extent practical according to approved construction waste management plan.

      1. Provide appropriately marked containers or bins for controlling recyclable waste until removed from Project site.

      2.Remove recyclable waste from Owner's property and transport to recycling receiver or processor.

      3.3 DISPOSAL OF WASTE

      A. General: Except for items or materials to be salvaged, recycled, or otherwise reused, remove waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities having jurisdiction.

      1. Except as otherwise specified, do not allow waste materials that are to be disposed of accumulate on-site.

      2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas.

      B. Burning: Do not burn waste materials.

      C. Disposal: Remove waste materials from Owner's property and legally dispose of or recycle them.

      D. Do not discard trash or construction debris into waterways

    • DISPOSITION OF BIDS
      1. OWNER any time prior to Bid opening may withdraw the advertisement for Bids and not accept Bids. Any Bid received under this circumstance will be returned, unopened to Bidder.
      2. OWNER may open Bids and (unless obviously non-responsive) read aloud publicly.
      3. OWNER will reject Bids other than the three (3) apparent lowest responsible bids and return Bid Security for rejected Bids within ten (10) business days after the date of Bid opening.
      4. OWNER may hold the three (3) apparent lowest responsible Bids subject to acceptance for ninety (90) days after the day of the Bid opening; and the Bid security of these Bidders will be returned as follows: (1) to the unsuccessful Bidders within three (3) business days after a Notice of Award is made to Successful Bidder, and (2) to the Successful Bidder after the Agreement is executed and the required contract security furnished.
      5. OWNER, in evaluating Bids, will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements, and such alternates, and of the data, as may be requested by the Bid Form.
      6. OWNER reserves the right to reject any and all Bids, to waive any informality and to reject nonconforming, non-responsive, unbalanced or conditional Bids.
      7. OWNER may conduct reasonable investigations as deemed necessary to assist in the evaluation of Bids and to establish the responsibility, qualifications and financial ability of Bidders to perform and furnish the Work in accordance with the Contract Documents.
      8. The Beaufort County Council reserves the right to reject all Bids and waive any formalities. Any claims for cost incurred by any bidders in preparation of any part of, or total package for this project will not be handled for reimbursement by Beaufort County or their representatives.
    • AWARD OF CONTRACT
      1. OWNER, if the Contract is awarded, will award it to the lowest responsible Bidder. The lowest Bid will be determined based on the total of the Bid price for each item as indicated in words in the Bid Form. The written entries will control over numerical entries regardless of whether there are arithmetic discrepancies between the written amount and the numerical entries.
      2. OWNER will give the Successful Bidder a Notice of Award within ninety (90) days after the day of the Bid opening, if the Contract is to be awarded.
      3. OWNER’S Notice of Award to the Successful Bidder will be transmitted with the required number of unsigned counterparts of the Agreement.
      4. Successful Bidder, within fourteen (14) days after receiving Notice of Award shall sign and deliver the required number of counterparts of the Agreement to Owner with the required Bond. Paragraph 5.1 of the General Conditions and the Supplementary Conditions set forth Owner's requirements as to performance and payment bonds.
      5. Bidder, in submitting Bid, understands and agrees that the Bid security may be forfeited as liquidated damages, and not as a penalty, if the Bidder is determined to be Successful Bidder and thereafter fails to execute the Agreement and furnish the required Bonds within the stipulated time.
      6. OWNER, within ten (10) days after receiving the Agreement and bonds, shall deliver one signed counterpart to Contractor, and thereby establish the effective Date of the Agreement.
      7. The successful Bidder shall secure and pay for necessary approvals, permits, assessments, and changes required for the construction and installation of this project as required by local, state, and federal regulations. County permits shall be required as applicable, but the fee shall be waived. This waiver shall apply to the Beaufort County permit fee only and not to any "City or Town" permit fee and/or licenses, when applicable.
    • Demolition

      PART 1 GENERAL This section details the requirements for removal of the Wimbee Creek Fishing Pier.

      1.1 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.

      A. U.S. ARMY CORPS OF ENGINEERS (USACE) B. EM 385-1-1 (2008; Change 1-2010; Change 3-2010; Errata 1-2010) Safety and Health Requirements Manual

      1.2 GENERAL REQUIREMENTS Do not begin demolition until authorization is received from the Engineer. Remove rubbish and debris from the project site; do not allow accumulations. The work includes demolition and removal of resulting rubbish and debris. Remove rubbish and debris from Owner's property daily, unless otherwise directed. Materials that cannot be removed daily shall be stored in areas specified by the Owner. In the interest of occupational safety and health, perform the work in accordance with EM 385-1-1, Section 23, Demolition, and other applicable Sections.

      1.3 SUBMITTALS Waste Certificates, Demolition Plan

      1.4 REGULATORY AND SAFETY REQUIREMENTS Comply with Federal, State, and local hauling and disposal regulations.

      1.5 DUST AND DEBRIS CONTROL Prevent the spread of dust and debris and avoid the creation of a nuisance or hazard in the surrounding area. Do not use water if it results in hazardous or objectionable conditions such as, but not limited to, ice, flooding, or pollution.

      1.6 PROTECTION

      A. Traffic Control Signs Where pedestrian and driver safety is endangered in the area of removal work, use traffic barricades with flashing lights. Anchor barricades in a manner to prevent displacement by wind. Notify the Engineer prior to beginning such work.

      B. Boat Landing Contractor shall not impede boating operations or damage existing boat landing.

      C. Existing Work Before beginning any demolition work, survey the site and examine the drawings and specifications to determine the extent of the work. Record existing work showing the condition of structures and other facilities adjacent to areas of alteration or removal. Digital photographs with a photo log submitted on a CD will be acceptable as a record of existing conditions. Include in the description the location and extent of cracks and other damage and description of surface conditions that exist prior to starting work.

      D. Items to Remain in Place Take necessary precautions to avoid damage to existing items to remain in place. Repair or replace damaged items as approved by the Engineer. Coordinate the work of this section with all other work indicated. Ensure that structural elements are not overloaded.

      E. Existing Construction Do not disturb existing construction beyond the extent .indicated or necessary for installation of new construction. Provide protective measures to control accumulation and migration of dust and dirt in all work areas. Remove dust, dirt, and debris from work areas daily.

      F. Utility Service Maintain existing utilities to stay in service and protect against damage during demolition operations.

      G. Protection of Personnel Before, during and after the demolition work the Contractor shall continuously evaluate the condition of the structure being demolished and take immediate action to protect all personnel working in and around the demolition site.

      1.7 BURNING The use of burning at the project site for the disposal of refuse and debris will not be permitted.

      1.8 REQUIRED DATA The Demolition plan shall include procedures for careful removal and disposition of materials coordination with other work in progress, a detailed description of methods and equipment to be used for each operation and of the sequence of operations. The demolition plan shall clearly identify the disposal facility receiving all waste.

      1.9 ENVIRONMENTAL PROTECTION Comply with the Environmental Protection Agency requirements specified.

      1.10 USE OF EXPLOSIVES Use of explosives will not be permitted.

      PART 2 PRODUCTS Not Used.

      PART 3 EXECUTION

      3.1 EXISTING FACILITIES TO BE REMOVED OR/AND SALVAGED A. Structures to be Removed Existing structures contain treated timber that require disposal. All structures indicated for removal shall be removed as indicated in the drawings, taking care not to leave any debris on the river bed or concrete boat landing.

      1. Seven Timber Pile Bents
      2. One Steel Pile and Reinforced Concrete Bent
      3. Plate Girder Superstructure
      4. Pedestrian Stairs

      Deck and Railing 

      B. Structures to be Salvaged

      Existing Abutment

      3.2 DISPOSITION OF MATERIAL

      3.2.1 Title to Materials All materials and equipment designated for demolition shall become the property of the Contractor and shall be removed from Owner's property. All materials and equipment designated as salvage shall be moved to a location designated by the Owner.

      3.3 CLEANUP A. Cleanup of Site Debris shall be removed and transported in a manner that prevents spillage on streets or adjacent areas. Contractor shall verify that the boat ramp is free from debris and obstructions from demolition and salvage work. Contractor shall follow all local regulations regarding hauling and disposal.

      3.4 DISPOSAL OF REMOVED MATERIALS

      A. Regulation of Removed Materials Dispose of debris, rubbish, scrap, and other non-salvageable materials resulting from removal operations shall comply with all applicable federal, state and local regulations as contractually specified off site. Removed materials shall not be stored on the project site. Comply with Section 017419 - CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL.

      B. Removal from Owner's Property Transport waste materials removed from demolished structures from Owner's property for legal disposal.

      3.5 REUSE OF SALVAGED ITEMS Replace items damaged during removal and salvage operations or restore them as directed by the Engineer prior to reuse.

      3.6 DEMOLITION VERIFICATION

      A. Contractor shall conduct pre and post demolition side scan sonar surveys of the site. Side scan sonar information shall extend 50 ft outside of the perimeter of the existing pier. Sonar information shall be georeferenced. Sonar information shall identify any materials that extend more than 1 ft off of the existing channel bottom. Submit side scan sonar information to engineer prior to demobilizing from project site.

    • COMMENCEMENT OF CONTRACT TIME
      1. OWNER may give CONTRACTOR a Notice to Proceed within thirty (30) days after the Effective Date of the Agreement and indicate therein the day on which the Contract Time will commence to run or shall ensure a Special Provision has been provided to the Contractor (if demolition is NOT included in the Work).
    • CONTRACT TIME

      Contractor shall complete all work not later than 90 calendar days following the Notice to Proceed.

    • START AND COMPLETION OF WORK

      The Bidder agrees to promptly commence the Work with adequate force and equipment within Ten (10) calendar days from receipt of Notice to Proceed, or as may be specified by Special Provision. Contractor shall complete all work not later than NO VALUE calendar days following the date of the Notice to Proceed or IAW any Special Provision by the Owner.

    • RIGHT TO PROTEST
      1. Any actual bidder who is aggrieved in connection with the award of a contract may protest to the Procurement Services Director. The protest shall be submitted in writing within fourteen (14) days of the Bid opening. The protest must be accompanied by a detailed statement indicating the reasons for such protest.
      2. Authority to Resolve Protest. The Procurement Services Director shall have authority, prior to the commencement of an action in court concerning the controversy, to settle and resolve a protest of an actual aggrieved bidder, concerning the award of the contract.
      3. Decision. If the protest is not resolved by mutual agreement, the Procurement Services Director shall issue a decision in writing within ten (10) days of receipt of the written protest. The decision shall:
        1. State the reasons and describe the actions taken; and
        2. Inform the protestant of its right to administrative review as provided in this Section.
      4. Notice of Decision. A decision under Subsection (3) of the Instructions to Bidder shall be noticed by certified mail to the protestant and any other party intervening.
      5. Rights to Review
        1. Any person adversely affected by the decision appeals administratively within (10) Days after receipt of decision to the County Council in accordance with this section.
        2. Any protest taken to County Council or court shall be subject to the protestant paying all of Beaufort County administrative costs, attorney fees and court costs, when it is determined that the protest is without standing.
      6. Litigation
        1. Any litigation arising out of this Bid Award or subsequent contract or agreement shall be held only in a Circuit Court of Beaufort County, Beaufort, South Carolina and the fourteenth Judicial Circuit.
    • LIQUIDATED DAMANGES

      Liquidated Damages are set at $NO VALUE per calendar day.

    • PROGRESS PAYMENTS

      Vendor will be paid on a percentage complete basis with a submission of monthly invoices.

    • SCHEDULE OF PRICES

      The Work shall be completed in accordance with the Schedule of Prices set forth by BIDDERS in the Bid Form - Schedule of Prices.

    • AGREEMENT

      BIDDER will, if this Bid is accepted by Owner, enter into the Agreement included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents.

    Submission Requirements

    • Certification (required)

      I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm or any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid and certify that I am authorized by the firm to submit this bid.

    • Contact information of authorized representative? (required)

      Please enter name, title, phone and email of the authorized representative:

    • Please Provide Licenses and Certificate of Insurance (required)
    • 100% Labor and Material Payment Bond (required)

      If awarded, you will be required to submit a 100% Labor and Material Payment Bond when requested.

      Please note, this is NOT due at the time of bid submission. 

    • Bidder Confirmation (required)
      1. BIDDER has examined all Contract Documents including Addenda.
      2. BIDDER understands and accepts the terms and conditions of the Invitation to Bid, Instructions to Bidders, and all other Contract Documents.
      3. BIDDER having examined the plans and specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and supplies to construct the project in accordance with the contract documents, within the time set forth herein, and at the process stated below, proposed to enter into a contract with the County to provide the necessary machinery, tools, apparatus, all materials and labor, and other means of construction necessary to complete the Work. The undersigned proposes to furnish and construct the items listed in the attached Schedule of Items for the unit prices stated.
      4. BIDDER agrees that the cost of any work performed, materials furnished, services provided or expenses incurred, which are not specifically delineated in the Contract Documents, but which are incidental to the scope, intent, and completion of the Contract, shall be deemed to have been included in the prices bid for the various items scheduled.
    • Communications (required)

      Communications concerning this Bid should be addressed to the BIDDER’s company, to the attention of:

      Name:
      Address:
      Email:
      Telephone:

    • Are you submitting this bid as a local vendor? (required)
    • Local Vendor Preference - Participation Affidavit (required)

      Please download the below documents, complete, and upload.

    • Non-Collusion Affidavit of Prime Bidder (required)

      Please download the below documents, complete, and upload.

    • Will you be using subcontractors? (required)
    • Non-Collusion Affidavit of Subcontractor (required)

      Please download the below documents, complete, and upload.

    • Certification By Contractor Regarding Non-Segregated Facilities (required)

      Please download the below documents, complete, and upload.

    • Business Organization
    • Type of Business Organization: (required)
    • If you selected "Other" for your type of business, please explain: (required)
    • If applicable, please provide name of partners and additional information below: (required)

      Names of Partners:
      Date of Organization:
      Type of Partnership:
      List of General Partners:
      Name, Address, & Phone No:
      Years of GP:

      If not applicable, please state N/A.

    • If your agency is a Corporation: (required)

      If your agency is a Corporation, please provide the State of Incorporation.

      If NOT incorporated in South Carolina, please provide the following:

      • State Corporation Commission Registration Number
      • Date of Incorporation:
      • Federal ID Number
      • Officers
        • Name
        • Address
        • Phone No.
        • Position
        • Years In

      If your agency is NOT a corporation, please state N/A.

    • Are you a Subchapter S Corporation? (required)
    • Please provide Subchapter S Shareholders: (required)

      Name:
      Address:
      Phone No:

    • If individually owned: (required)
      • Sole-proprietor's 
        • Name:
        • Address:
        • Phone No:
        • Years in business:
    • Have you ever operated under another name? (required)
    • Please provide all other business names and addresses of principal place of business for each business: (required)

      Also provide:

      • Number of years in business under each name
      • Contractor’s license number in each state in which a business was operated
    • Bonding
    • Bid Bond (required)

      Upload your Bid Bond here. Bid Bond must be 5% of your Bid Price

    • Please provide the Bonding information: (required)
      • Bonding Agent
        • Name
        • Address
        • Telephone Number (including area code)
        • Contact Person
      • Bonding Company
        • Name
        • Address
        • Telephone Number (including area code)
        • Contact Person
        • Best’s Key Rating of bonding company
      • Number of years this bonding company has acted as surety for you
      • Bonding Capacity: Maximum single job size
        • Total bonding limit 
    • Do you intend to use any alternative form of security (required)
    • Indicate the form of security you intend to use and the name, address, point of contact, and telephone number of the banks, savings and loan, or surety you intend to use. (NOTE: Prequalification will not assure acceptance of any form of security.) (required)

      Also provide:

      • Form of Secuirty
      • Bank or Savings & Loan
      • Contact
      • Address & Phone No.
    • Have any Performance or Payment Bond claims ever been paid by any surety on behalf of your organization? (required)
    • State the name of the project(s); the date; the name, address, telephone number, and contact person for the claimant; the surety satisfying the claim; the size of the claim; and the circumstances giving rise to the claim. (required)
    • Have you ever arbitrated or litigated a claim with an Owner, Architect, or Engineer in the last five years? (required)
    • State the name of the project(s); the date; the name, address, telephone number, and contact person for the claimant; the surety satisfying the claim; the size of the claim; and the circumstances giving rise to the claim. (Provide attachments if necessary.) (required)
    • Have you or any officer, partner, or owner of your organization, in any state or territory of the United States, or with respect to any agency of the Federal government:
    • In the last in the last five years, received any fines or citations for building code violations which were unrelated to design? (required)
    • Provide the name, address, telephone number, contact person, and circumstances relating to the question. (required)
    • Ever been found to be guilty of charges relating to conflicts of interest: (required)
    • Provide the name, address, telephone number, contact person, and circumstances relating to the question. (required)
    • Ever been convicted on charges related to any criminal activity relating to construction means, methods, or techniques; bidding or bid rigging; or bribery? (required)
    • Provide the name, address, telephone number, contact person, and circumstances relating to the question. (required)
    • In the last five years, been found guilty of any minority contracting law violations? (required)
    • Provide the name, address, telephone number, contact person, and circumstances relating to the question. (required)
    • In the last five years, pleaded no contest in any criminal proceeding related to contracting? (required)
    • Provide the name, address, telephone number, contact person, and circumstances relating to the question. (required)
    • Ever been disbarred from doing Federal, state, or local government work for any reason? (required)
    • Provide the name, address, telephone number, contact person, and circumstances relating to the question. (required)
    • Ever been terminated on a contract due to your default? (required)
    • Provide the name, address, telephone number, contact person, and circumstances relating to the question. (required)
    • In the last five years, paid liquidated damages for being late on a project? (required)
    • Provide the name, address, telephone number, contact person, and circumstances relating to the question. (required)
    • In the last five years, been subject to tax collection proceedings? (required)
    • Provide the name, address, telephone number, contact person, and circumstances relating to the question. (required)
    • In the last seven years, filed for bankruptcy? (required)
    • Provide the name, address, telephone number, contact person, and circumstances relating to the question. (required)
    • Under what chapter of bankruptcy did you file? (required)
    • If you filed under Chapter 11 Reorganization, how long did you operate under this status? (required)

      If this does not apply, please state N/A.

    • Are you operating under Chapter 11 status now? (required)
    • Safety
    • Have you, in the last three years, been cited for willful violations for failure to abate, or for repeated violations, by the United States Occupational Safety and Health Administration or by the South Carolina Occupational Safety and Health Administration or by any other governmental body? (required)
    • State date, name, address, telephone number, and contact person for agency issuing citation and the nature of the violation. Also, advise the amount of fines paid, if any. Provide attachments if necessary. (required)
    • List your worker’s compensation experience modifier for the last three years. (required)
    • References
    • Provide at least two references from each industry group listed. Provide other references as requested. Provide current names, addresses, telephone numbers, and contacts. (required)
      • Architects/Engineers:
      • Major Subcontractors:
      • Financial Institutions:
    • Certification regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion:
    • The contractor certifies: (required)

      The contractor certifies, by submission of this bid or acceptance of a contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any State, Federal department, or agency. It further agrees by submitting this qualification statement that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/bid. State whether or not your company has been involved in any litigation within the past five (5) years arising out of your performance.

    • Explain fully if it has been involved in any litigation involving performance. (required)
    • Small and Minority Business Participation Program

      DO WE WANT TO ENTER ALL THE INFO ON THIS FORM?

    • Are you a Small or Minority Business ? (required)
    • Upload your Small/Minority Documentation (required)

      Please note that the proposed utilization plan document is still required. You may put your company in that list.

    • Are you self-performing 100%? (required)
    • Self-Performing 100% Affidavit (required)

      Please download the below document, complete, and upload.

    • Good Faith Agencies Distribution List (required)

      Please download the below documents, complete, and upload.

      Pre-award efforts include the following “good faith efforts” for Contractors intending to use subcontractors, or the bid/proposal may be rejected.

      If using subcontractors, return this page (and required supporting documents) with your bid/proposal.

      • Divide and/or combine scope of work packages into economically feasible units, if possible.
      • Send a written notice at least ten (10) business days prior to the bid/response due date of your intent to submit a bid/response, and express interest in receiving quotes thereof to (1) potential S/MBEs and (2) “good faith agencies”:
        • The written notice should contain the Contractor’s name and contact information; project name; project number; scope of work/bid packages available for subcontracting; information on availability of plans and specifications; and the Contractor’s company policy regarding insurance, bonding, and financial requirements, if any.
      • Submit with the bid/proposal, copies of the written notice sent specifically to S/MBEs, along with the fax transmittal
        confirmation slips (if sent by fax), copies of the e-mails (if e-mailed), and/or copies of metered or stamped envelopes (if sent by mail).
      • Submit with the bid/proposal, copies of the written notice sent specifically to the “good faith agencies”, along with the fax transmittal confirmation slips (if sent by fax), copies of the e-mails (if e-mailed), and/or copies of metered or stamped envelopes (if sent by mail).
      • Complete and submit Exhibits 1-3 with all requested supporting documentation (where applicable):
        • Exhibit 1: Non-Discrimination Statement
        • Exhibit 2: Outreach Documentation Log
        • Exhibit 3: Proposed Utilization Plan
    • Please provide the advertisement dates: (required)

      Exaple: December 1, 2024 & December 15, 2024

    • Will your Pre-Bid Conference be Mandatory or Non-Mandatory? (required)
    • The Bidder agrees to promptly commence the Work with adequate force and equipment within _________ calendar days from receipt of Notice to Proceed (required)

      Example: ten (10)

    • Contractor shall complete all work not later than _____ calendar days following the date of the Notice to Proceed. (required)

      Example: 120

    • Liquidated Damages are set at $______ per calendar day. (required)

      Example: 400

    • Applicable Insurance (required)
    • Will this solicitation involve road work? (required)
    • Bid prices must be firm for a minimum of how many days? (required)

      Example: 90 Days

    • Delivery within how many days? (required)

      Example: (120) days

    Key dates

    1. April 30, 2026Published
    2. June 4, 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.