friday, march 23: scbo 2.0 goes live march 12, 2018.pdfmonday, march 12, 2018 3 volume 37, issue 293...

19
Published by Division of Procurement Services Delbert H. Singleton, Jr., Division Director Monday, March 12, 2018 Volume 37, Issue 293 Friday, March 23: SCBO 2.0 goes LIVE (Advertisers, set your accounts up early at https://scbo.sc.gov/account-request) SCBO will switch over to an on-going database on 3/23/2018. This change will make our advertisements highly searchable and will tailor the readers’ experi ence to their individual interests! Advertisers will CREATE AND UPLOAD THEIR OWN ADS in our new platform, eliminating the need to send them to the SCBO editor for review and layout. It’s self-service -- SCBO style! Check out the samples below: OUR NEW LANDING PAGE SAMPLE ADVERTISEMENT

Upload: others

Post on 01-Oct-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Friday, March 23: SCBO 2.0 goes LIVE March 12, 2018.pdfMonday, March 12, 2018 3 Volume 37, Issue 293 For questions, please contact the SCDOT Contracting Officer, Wendy Hollingsworth

Published by Division of Procurement Services – Delbert H. Singleton, Jr., Division Director

Monday, March 12, 2018 Volume 37, Issue 293

Friday, March 23: SCBO 2.0 goes LIVE

(Advertisers, set your accounts up early at https://scbo.sc.gov/account-request)

SCBO will switch over to an on-going database on 3/23/2018.

This change will make our advertisements highly searchable and will tailor the readers’ experience to their individual interests! Advertisers will CREATE AND UPLOAD THEIR OWN ADS in our new platform, eliminating the need to send them to the SCBO editor for review and layout.

It’s self-service -- SCBO style! Check out the samples below:

OUR NEW LANDING PAGE

SAMPLE ADVERTISEMENT

Page 2: Friday, March 23: SCBO 2.0 goes LIVE March 12, 2018.pdfMonday, March 12, 2018 3 Volume 37, Issue 293 For questions, please contact the SCDOT Contracting Officer, Wendy Hollingsworth

Monday, March 12, 2018 2 Volume 37, Issue 293

TODAY IN SCBO

Architecture and Engineering 2 Construction 5 Consultant/Professional 10 Equipment 11 IT 12

Maintenance/Repair 12 Services 13 Auditing Services 15 Supplies 15 SCBO Notices 17

ALL TIMES LOCAL

Solicitation Number S-221-18 Project 1: US 1 BRIDGE REPLACEMENT OVER BIG HORSE CREEK IN AIKEN COUNTY Project 2: US 1 BRIDGE REPLACEMENT OVER SHAWS CREEK IN AIKEN COUNTY The South Carolina Department Of Transportation (SCDOT) requests a letter of interest and a proposal contain-ing qualifications from all interested consulting firms experienced in providing engineering services for the devel-opment and delivery of preliminary roadway and bridge plans, environmental studies and documentation, envi-ronmental permitting, right of way plans and final construction plans for roadways and bridges, and associated design/coordination services. Consulting firms will be asked to identify each bridge replacement project(s) the firm is interested in within the Letter of Interest contained in the submitted RFP response. Each firm may ex-press interest in one or both of the projects. For each project identified in the Letter of Interest four (4) additional proposal document pages will be allowed for each bridge replacement approach/understanding in addition to the 30 basic RFP response pages allowed. This will result in a total of 38 maximum allowed RFP response pages. Requested services include but are not limited to: project management, field surveys, traffic studies, environ-mental studies and documentation including public involvement, environmental permitting, bridge design, struc-tural design, roadway design, hydrology/hydraulic design, geotechnical services, hazardous materials survey, subsurface utility engineering, utility coordination, right of way phase support, right of way coordination, right of way acquisition, development of preliminary/final right of way plans, value engineering, development of prelimi-nary/final construction plans, pavement marking and signing plan, constructability review, construction phase services, engineer’s estimate/project specific special provisions and other related duties deemed necessary. SCDOT intends to select and negotiate a contract with one consultant team for development of these projects. The project team should be capable of providing all services outlined above. The SCDOT will select two (2) different consultant firms to provide these services. Consultants will be evaluated and ranked based on their score during the selection process. A consultant firm can only be awarded one pro-ject, either Project 1 (US 1 Bridge Replacement over Big Horse Creek in Aiken County) or Project 2 (US 1 Bridge Replacement over Shaws Creek in Aiken County). RFP responses will be evaluated and scored for the project(s) identified in the Letter of Interest. The highest ranking firm expressing interest in Project 1 will be awarded that project, but then will not be a contender for Project 2. The highest ranking firm among the remain-ing firms who expressed interest in Project 2 will be awarded that project. Whether or not there is a Disadvantaged Business Enterprise (DBE) goal on this contract, proposer is strongly encouraged to obtain the maximum amount of DBE participation feasible on the contract. The selected consult-ant will be required to report all DBE participation through the DBE Quarterly Report required in the supple-mental specification. RFP information associated with this solicitation is located at the following link: http://info.scdot.org/SCDOTProfessionalServ/SitePages/constructionLetting_Services.aspx#tabs-5

Invitations for Architectural / Engineering, Land Surveying & Construction Management Services

Page 3: Friday, March 23: SCBO 2.0 goes LIVE March 12, 2018.pdfMonday, March 12, 2018 3 Volume 37, Issue 293 For questions, please contact the SCDOT Contracting Officer, Wendy Hollingsworth

Monday, March 12, 2018 3 Volume 37, Issue 293

For questions, please contact the SCDOT Contracting Officer, Wendy Hollingsworth at 803-737-0746 or via email at [email protected] or Diane Stubbs at 803-737-4901 or via email at [email protected] Electron-ic Submissions are due no later than 2:00pm, April 10, 2018.

ON-CALL ENVIRONMENTAL NEPA AND PERMITTING SERVICES

Solicitation Number: S-232-18 The South Carolina Department Of Transportation (SCDOT) requests a letter of interest and a proposal contain-ing qualifications from all interested consulting firms experienced in providing Environmental NEPA and Permit-ting Services on an on-call basis necessary to provide support to SCDOT Staff in accordance with Federal and State laws and regulations. Requested services include but are not limited to the following Primary Objectives: (1) NEPA studies and documentation. (2) Jurisdictional determinations. (3) Public Involvement. (4) Permit sub-mittals. (5) Development and Implementation of mitigation plans. These services will be provided under a three (3) year statewide On-Call contract on an “as needed” basis. The SCDOT will select up to five (5) firms to provide these services, with a total maximum On-Call amount for the three (3) year period not to exceed $10,000,000.00 to be distributed among the selected firms. Consultants will be evaluated and ranked based on their score during the selection process. Work under this on-call will be as-signed based on the consultant’s qualifications for the project being assigned for an individual task order/work order. The project team should be capable of providing all services outlined above. RFP information associated with this solicitation is located at the following link: http://info.scdot.org/SCDOTProfessionalServ/SitePages/constructionLetting_Services.aspx#tabs-5 For questions, please contact the SCDOT Contracting Officer, Wendy Hollingsworth at 803-737-0746 or via email at [email protected] or Diane Stubbs at 803-737-4901 or via email at [email protected] . Elec-tronic Submissions are due no later than 2:00pm, April 2, 2018.

TRAINING CENTER Family Health Centers, Inc. is seeking a qualified professional firm to provide architectural services for construc-tion of a training center that will be located at 3310 Magnolia Street, Orangeburg, SC 29115. Sealed bids can be delivered or mailed to: Family Health Centers, Inc., Attn: Purchasing Manager, 3310 Magno-lia Street, Orangeburg, SC 29115. A mandatory pre-bid meeting be held March 22nd at 10:00am in the Executive Conference Room. Bid packets can be picked up at the meeting. Bids will be due on April 2, 2018 at 3:00pm.

ACTC FUNDED PROJECTS Anderson County and Anderson County Transportation Committee (ACTC) is accepting Requests for Qualifica-tions from an Independent Engineering Firm, To Provide Project Management (PM), Project Engineering (PE), And Construction Engineering And Inspection (CEI) For ACTC Funded Projects, reference # 18-056. These bids must be received no later than March 29, 2018 at 11:30am. Sealed bids are to be returned to the Anderson County Purchasing Department, Room 115 of the Anderson County Historic Courthouse, 101 S. Main Street, Anderson, SC 29624. Interested parties are to visit the Anderson County Purchasing Website at https://www.andersoncountysc.org/purchasing and click on the bid number. It will initiate an email to Purchasing to request information electronically.

Page 4: Friday, March 23: SCBO 2.0 goes LIVE March 12, 2018.pdfMonday, March 12, 2018 3 Volume 37, Issue 293 For questions, please contact the SCDOT Contracting Officer, Wendy Hollingsworth

Monday, March 12, 2018 4 Volume 37, Issue 293

SHELTER COVE AREA US 278 BUS. CORRIDOR TRAFFIC STUDY RFQ 2018-0008

The Town of Hilton Head Island (Town) is soliciting responses from qualified civil engineering firms interested in providing professional services in the form traffic engineering modeling and analysis, and design for the Shelter Cove Area US 278 Business Corridor Traffic Study. One (1) bound copy of the response AND a digital file of the response (PDF format) must be labeled and submit-ted via traceable means to the Town no later than 4:00pm on April 16th, 2018 at the following address: Town of Hilton Head Island Engineering Division One Town Center Court Hilton Head Island, SC 29928-2701 Attn: Mr. Darrin A. Shoemaker, P.E. RFQ 2018-0008 - SHELTER COVE AREA US 278 BUSINESS CORRIDOR TRAFFIC STUDY All responses will be reviewed and evaluated by a selection committee comprised of selected members of the Town’s staff. If warranted, additional information may be requested by the Town following the receipt of the responses. To submit inquiries concerning this RFQ or to obtain the complete RFQ solicitation, contact Mr. Dar-rin Shoemaker, P.E. during normal business hours at 843-341-4774 [email protected] or go to the procurement section of the Town’s web site: http://www.hiltonheadislandsc.gov/government/procurement/ . Project Descriptions: The Town desires to study vehicular, pedestrian, and bicycle traffic related to safety, operations, and capacity needs within a segment of the US 278 Business (William Hilton Parkway) corridor. The limits of the corridor are from US 278 Business’ signalized intersection with S-7-200 (Singleton Beach Road) southwest to the signalized intersection with Queens Folly Road/King Neptune Drive. The signalized intersections forming the termini of the study limits should be included in the study area. The study shall employ collision histories as provided by the Town, existing traffic demands, field conditions, existing signalized intersection operating plans, and 2040 de-mand projections to analyze transportation system needs, including the installation of new signals based on war-rants as outlined in the Manual on Uniform Traffic Control Devices (MUTCD), signal timing and/or phasing revi-sions, the addition of signalized or unsignalized pedestrian crosswalks, geometric improvements in the form of additional lanes or other improvements, landscaping and streetscaping enhancements, and access manage-ment. The study shall consider a potential new access point or points to serve the Palmetto Dunes community, including the extension of Yard Arm (named street) to US 278 Business. There have been multiple fatal or seri-ous injury collisions involving pedestrians or bicyclists in the study area. A section of the study report shall be devoted to analyses of these incidents and associated safety improvement recommendations. Submission Requirements: All responses shall be mailed or hand delivered in sealed envelopes, identified as RFQ 2018-0008 – SHELTER COVE AREA US 278 BUSINESS CORRIDOR TRAFFIC STUDY, to Darrin Shoemaker, P.E., Traffic and Trans-portation Engineer on or before the due date indicated above. Responses received after this time or date shall not be considered. The Town of Hilton Head Island, by way of this RFQ, does not commit itself to award a con-tract or pay any costs incurred in the preparation of your response. The Town further reserves the right to accept or reject any or all responses received, to schedule in-person interviews with firms following their submission of a response, to enter into negotiations with all qualified respondents, and to cancel the entire RFQ solicitation. Those submitting qualifications shall be licensed to perform the work described herein as required by Section 40 11 10 et seq, South Carolina Code of Laws, 1976 (as amended) and Section 10 1 10 et seq, Code of the Town of Hilton Head Island, South Carolina, 1983 (as amended). The Town does not discriminate on the basis of race, color, national origin, sex, religion, age or disability in em-ployment or in the provision of goods and services.

Page 5: Friday, March 23: SCBO 2.0 goes LIVE March 12, 2018.pdfMonday, March 12, 2018 3 Volume 37, Issue 293 For questions, please contact the SCDOT Contracting Officer, Wendy Hollingsworth

Monday, March 12, 2018 5 Volume 37, Issue 293

CP1810 CFD FIRE STATION 20

The City of Charleston is requesting qualifications for design professional services to include architectural, struc-tural, civil, M/P/E engineering, landscape, and cost estimating services for the construction of a new fire station facility at a site to be developed off Clements Ferry Road between Enterprise Blvd. and Klister Lane in Charles-ton, SC. The project shall include full development and construction of a 10,000sf fire station facility with dual apparatus bay, living quarters, and optional 450sf police substation. Additional Information: Invitation for Professional Design Services available on the City of Charleston Bidline: http://www.charleston-sc.gov/Bids.aspx or by contacting Peter Hedegor, Project Manager, at [email protected] or 843-724-7315. Deadline for RFQ submissions is March 29, 2018, no later than 2:00pm.

PROJECT NAME: KING STREET RENOVATION PROJECT LOCATION: 1069 King Street, Charleston, SC 29403 BID SECURITY REQUIRED? No PERFORMANCE BOND REQUIRED? No PAYMENT BOND REQUIRED? No CONSTRUCTION COST RANGE: $ $50,000 - $75,000 DESCRIPTION OF PROJECT: Renovate office space BIDDING DOCUMENTS/PLANS MAY BE OBTAINED FROM: [email protected] AGENCY/OWNER: Palmetto Community Action Partnership AGENCY PROJECT COORDINATOR: Willi Glee ADDRESS: Street/PO Box: 1069 King Street City: Charleston State: SC ZIP: 29403 EMAIL: [email protected] TELEPHONE: 843-991-6581 PRE-BID CONFERENCE: Yes MANDATORY ATTENDANCE: Yes PRE-BID DATE: 3/20/2018 TIME: 1:00pm PLACE: 1069 King Street, Charleston, SC 29403 BID OPENING DATE: 4/3/2018 TIME: 10:00am PLACE: 1069 King Street, Charleston, SC 29403 BID DELIVERY ADDRESSES: HAND-DELIVERY: MAIL SERVICE: Attn: Yolonda Johnson Palmetto Community Action Partnership 1069 King St., Charleston, SC 29403 AGENCY/OWNER: University of South Carolina PROJECT NAME: SCHOOL OF NURSING 409 RENOVATION PROJECT NUMBER: H27 Z367 PROJECT LOCATION: 1601 Greene Street Columbia, South Carolina 29208

Invitations for Construction Bids

Please verify requirements for non-State agency advertisements by contacting the agency / owner. Projects expected to cost less than $50,000 are listed under the Minor Construction heading.

Page 6: Friday, March 23: SCBO 2.0 goes LIVE March 12, 2018.pdfMonday, March 12, 2018 3 Volume 37, Issue 293 For questions, please contact the SCDOT Contracting Officer, Wendy Hollingsworth

Monday, March 12, 2018 6 Volume 37, Issue 293

DESCRIPTION OF PROJECT/SERVICES: The project scope includes the renovation of the William Brice Building 4th floor Classroom 409 (approximately 3,605 sf). Work includes demolition, ceiling, finishes and sup-porting mechanical, electrical and AV/IT. Minority and Small business participation is encouraged. BID/SUBMITTAL DUE DATE: 4/4/2018 CONSTRUCTION COST RANGE: $ 445,000 to $ 445,000 PROJECT DELIVERY METHOD: Design-Bid-Build BID SECURITY IS REQUIRED IN AN AMOUNT NOT LESS THAN 5% OF THE BASE BID. PERFORMANCE BOND REQUIRED? Yes PAYMENT BOND REQUIRED? Yes BIDDING DOCUMENTS/PLANS MAY BE OBTAINED FROM: USC Purchasing Website, http://purchasing.sc.edu PLAN DEPOSIT AMOUNT: $0.00 IS DEPOSIT REFUNDABLE N/A Bidders must obtain Bidding Documents/Plans from the above listed source(s) to be listed as an official plan holder. Bidders that rely on copies obtained from any other source do so at their own risk. All written communi-cations with official plan holders & bidders will be via email or website posting. All questions & correspondence concerning this Invitation shall be addressed to the A/E. A/E NAME: Compass 5 Partners, LLC A/E CONTACT: Maryellyn Cannizzaro, AIA, NCARB, LEED AP A/E ADDRESS: Street/PO Box: 1329 State Street City: Cayce State: South Carolina ZIP: 29033 EMAIL: [email protected] TELEPHONE: 803-765-0838 AGENCY PROJECT COORDINATOR: Juaquana Brookins ADDRESS: Street/PO Box: 1300 Pickens Street City: Columbia State: South Carolina ZIP: 29208 EMAIL: [email protected] TELEPHONE: 803-777-3596 PRE-BID CONFERENCE: Yes MANDATORY ATTENDANCE: No PRE-BID DATE: 3/22/2018 TIME: 10:00am PLACE: 1300 Pickens Street Columbia, South Carolina 29208 BID CLOSING DATE: 4/4/2018 TIME: 2:00pm PLACE: 1300 Pickens Street Columbia, South Carolina 29208 BID DELIVERY ADDRESSES: HAND-DELIVERY: MAIL SERVICE: Attn: Juaquana Brookins 1300 Pickens Street (East Entrance) Columbia, South Carolina 29208

AC LINE REPLACEMENT AT US HIGHWAY 1 AND SC HIGHWAY 34 Sealed Bids for the construction of the AC Line Replacement at US Highway 1 and SC Highway 34 will be re-ceived, by the Lugoff-Elgin Water Authority, at 88 Boulware Road, Lugoff, SC 29078, until 11:00am on April 12, 2018, at which time the Bids received will publically opened and read. The Project includes the construction of approximately 1,940 feet of 6-inch ductile iron water main, 305 feet of 8-inch ductile iron water main, and necessary appurtenances along the road right-of-way. The water main will re-place existing 6-inch and 8-inch asbestos cement pipe will be abandoned in place. The Issuing Office for the Bidding Documents is: Brown and Caldwell, 250 Berryhill Road, Suite 104, Columbia, SC 29210, 803-873-9703, ATTN: Betsy Darnell, [email protected]. Prospective Bidders may examine the Bidding Documents at the Issuing Office on Mondays through Fridays between the hours of 9:00am and 4:00pm, and may obtain copies of the Bidding Documents from the Issuing Office as described below. Printed copies of the Bidding Documents may be obtained from the Issuing Office, during the hours indicated above, upon payment of a non-refundable fee of $150 for each set. Checks for Bidding Documents shall be payable to “Brown and Caldwell”. Upon request and receipt of the document deposit indicated above the Issu-

Page 7: Friday, March 23: SCBO 2.0 goes LIVE March 12, 2018.pdfMonday, March 12, 2018 3 Volume 37, Issue 293 For questions, please contact the SCDOT Contracting Officer, Wendy Hollingsworth

Monday, March 12, 2018 7 Volume 37, Issue 293

ing Office will transmit the Bidding Documents via delivery service. The date that the Bidding Documents are transmitted by the Issuing Office will be considered the Bidder’s date of receipt of the Bidding Documents. Par-tial sets of Bidding Documents will not be available from the Issuing Office. Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda if any, obtained from sources other than the Issuing Office. A non-mandatory site visit will be held at 11:00am on March 22, 2018 at the Owner’s Office, 88 Boulware Rd., Lugoff, SC 29078. A separate pre-bid conference will not be conducted. Bid security shall be furnished in accordance with the Instructions to Bidders. Owner: Lugoff-Elgin Water Authority, By: Mike Hancock, Title: General Manager

WWTP EFFLUENT PUMP STATION UPGRADES Sealed Bids for the construction of the WWTP Effluent Pump Station Upgrades will be received by Hanna Engi-neering on behalf of the Town of Hemingway, at 2412 Pisgah Road Florence, SC 29501, on April 12, 2018, at 2:00pm at which time the Bids received will be publicly opened and read. The Project consists of upgrades to the WWTP Effluent Pump Station including a new building, installation of new motors, pumps, electrical equipment and chemical feed systems required at the WWTP. Engineer: Hanna Engineering at 2412 Pisgah Road in Florence, SC. Phone: 843-628-6800 Prospective Bidders may examine the Bidding Documents at the Engineer’s Office on Mondays through Fridays between the hours of 9:00am and 4:00pm. The Bidding Documents may be obtained from the Engineer upon payment of $125. Upon request and receipt of payment, the Bidding Documents will be transmitted via delivery service. Partial sets of Bidding Documents will not be available. Neither the Owner nor Engineer will be re-sponsible for full or partial sets of Bidding Documents, including Addenda if any, obtained from other sources. This project is being funded in whole or in part by the Community Development Block Grant (CDBG) Program. All federal CDBG requirements will apply to these contracts only. Bidders on this work will be required to comply with the President's Executive Order No. 11246 and Order No. 11375 which prohibit discrimination in employ-ment regarding race, creed, color, sex or national origin. Bidders must comply with Title VI of the Civil Rights Act of 1964, the Davis-Bacon Act, the Anti-Kickback Act, the Contract Work Hours and Safety Standards Act, and 40 CFR 33.240. Bidders must make positive efforts to use small and minority owned business and to offer employment, training and contracting opportunities in accordance with Section 3 of the Housing and Urban Development Act of 1968. Attention of bidders is particularly called to the requirements as to conditions of employment to be observed and minimum wage rates to be paid under these contracts. Bidders are required to comply with the following: All contractors and subcontractors are required to be regis-tered in the federal System for Award Management (SAM). Bid security shall be furnished in accordance with the Instructions to Bidders. No bid will be considered unless the bidder is legally qualified under the provisions of the South Carolina Con-tractor's Licensing Law (South Carolina Code of Laws as amended on April 1, 1999, Chapter 11, Sections 40-11-10 through 40 11 428). Contractors shall have a classification of WL. No bidder may withdraw the bid within 90 days after the actual date of the opening and thereof.

Page 8: Friday, March 23: SCBO 2.0 goes LIVE March 12, 2018.pdfMonday, March 12, 2018 3 Volume 37, Issue 293 For questions, please contact the SCDOT Contracting Officer, Wendy Hollingsworth

Monday, March 12, 2018 8 Volume 37, Issue 293

All communication about the receipt of plans, bid results, and contract award should be directed to Hanna Engi-neering. The Owner reserves the right to waive any informalities or to reject any or all bids. The Owner requests that all bidders respond with an actual bid or with a sealed “No Bid.” This provision guards against receiving an insuff i-cient response to the Advertisement for Bids. Owner: Town of Hemingway By: Grady Richardson Title: Mayor CDBG Project No.: 4-CI-16-009

LOWER REEDY WRRF INFLUENT PUMP STATION VARIABLE FREQUENCY DRIVE MODIFICATIONS PROJECT

Renewable Water Resources (ReWa) is soliciting Bids for Lower Reedy WRRF Influent Pump Station Variable Frequency Drive Modifications Project. The work to be done under this project by the Contractor at the Lower Reedy Water Resource Recovery Facility (WRRF) shall consist of furnishing all equipment, superintendence, labor, skill, material and all other items nec-essary for: replacing all five of the existing Influent Pump Station (IPS) variable frequency drives (VFDs) with new VFDs and integrated softstart bypass starters and associated enclosures; all new power and control wiring between the new VFDs/soft-start bypass starters and existing pump motors; all new interior lighting within the IPS Electrical Room, Pump Room, and Stairway; HVAC and architectural improvements; and, all related appur-tenances and work as described and/or implied in the Specifications and as shown on the Drawings. Mail or hand deliver to the following address no later than the RFB opening 3/29/18 at 2:00pm. Mandatory Pre-Bid Meeting 3/15/18 at 10:00 am. Renewable Water Resources (ReWa) Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607 #408 –3/8/2018 RFB Lower Reedy WRRF Influent Pump Station Variable Frequency Drives Project

MELODY GARDENS STREAM/DITCH STABILIZATION RC-073-P-2018

Richland County Government, South Carolina is requesting proposals from qualified vendors for Melody Gar-dens Stream/Ditch Stabilization. One (1) original copy sealed proposal package clearly marked: “RC-073-P-2018, Melody Gardens Stream/Ditch Stabilization” shall be submitted in an enclosed and secured envelope/container; One (1) exact electronic copy of the original Proposal Package in ADOBE, Portable Document Format (PDF) on a compact disc (CD) or a USB flash drive labeled: “RC-073-P-2018, Melody Gardens Stream/Ditch Stabilization” shall be submitted with the sealed and secured envelope/container. The envelope/container shall be addressed to:

Page 9: Friday, March 23: SCBO 2.0 goes LIVE March 12, 2018.pdfMonday, March 12, 2018 3 Volume 37, Issue 293 For questions, please contact the SCDOT Contracting Officer, Wendy Hollingsworth

Monday, March 12, 2018 9 Volume 37, Issue 293

Richland County Government Office of Procurement and Contracting 2020 Hampton Street, Suite 3064 (Third Floor) Columbia, SC 29204-1002 Attn: Sierra Flynn Proposal packages will be accepted until 2:00pm Friday, April 20, 2018; solicitations shall not be accepted after the above date and time. Solicitation packages may be obtained by accessing our website on the Procurement page at: http://www.richlandonline.com/Government/Departments/BusinessOperations/Procurement.aspx

VERDAE BOULEVARD STREETSCAPE IFB NO. 18-3623

The City of Greenville is requesting Sealed bids from qualified contractors for the Verdae Boulevard Streetscape Project. The proposed scope of work includes traffic control, street resurfacing, grading, curb and gutter, drain-age, and 10’ wide concrete sidewalk/multi-use path, traffic signal upgrades, landscaping, and lighting. A Certified Check, Cashier’s Check or Bid Bond in the amount of FIVE PERCENT (5%) of the bid made payable to the City of Greenville will be required to accompany each bid. Performance and Payment Bonds will be re-quired of the successful bidder after acceptance of offer by the City. Bid packet and construction drawings may be obtained online at http://greenvillesc.gov/bids.aspx or from the City of Greenville, Purchasing Division, 7th Floor, City Hall, 206 South Main Street, Greenville, South Carolina. Contact Maribel Diaz at [email protected] . Sealed Bids will be received in the City of Greenville’s Purchasing Division, until 2:00pm, March 26, 2018. At said place and time, and promptly thereafter, all sealed bids that have been duly received will be publicly opened and read aloud. The Deadline For Questions Is 2:00pm March 19, 2018.

CP1521 FIRE STATION 11 SAVANNAH HWY The City of Charleston Dept. of Parks is soliciting bids for construction of a new 14,500 SF two-story masonry fire station at 1835 Savannah Hwy. Project includes a Command Training Center, three bay apparatus area, living quarters as well as associated site work, utility and drainage work, installation of earthquake drains, and other work indicated in the Contract Documents. A Pre-bid meeting will be held on 03/22/18 at 2:00pm on site. Sealed bids will be received until 04/12/18 at 2:00pm, at which time they will be publicly opened at 823 Meeting-Street. Interested Contractors may obtain a copy of the bid package at A&E Digital. Elizabeth Brownlee, RLA Dept. of Parks / Capital Projects 823 Meeting Street Charleston, SC 29403 [email protected]

Page 10: Friday, March 23: SCBO 2.0 goes LIVE March 12, 2018.pdfMonday, March 12, 2018 3 Volume 37, Issue 293 For questions, please contact the SCDOT Contracting Officer, Wendy Hollingsworth

Monday, March 12, 2018 10 Volume 37, Issue 293

CP1719 MARKET SHEDS REPOINTING The City of Charleston is soliciting bids from qualified contractors for masonry repointing and minor stucco repair at the Charleston City Market. The Market Sheds are listed historic structures; therefor contractors must meet qualifications required by the Bid Documents. Work will be conducted in evening hours. Bid and performance bonding will be required. All work must be designed and executed in compliance with the U.S. Secretary of Inte-rior’s Standards for Rehabilitation and in compliance of all applicable Federal, State and Local codes. Additional Information: Bid Documents available on the City of Charleston Bidline: http://www.charleston-sc.gov/Bids.aspx or by contacting Ed Boinest, Project Manager, at [email protected] or 843-579-7552. There is a Mandatory pre-bid meeting on March 20, 2018 at 10:00am. Sealed bids will be received until public opening on April 3, 2018 at 2:00pm

Agency: Clemson University Description: CONSULTING SERVICES FOR TECHNOLOGY INFRASTRUCTURE STANDARDS Solicitation Number: 99708701 Solicitation Type: Request For Proposal (RFP) Submit Offer By: 3/29/2018 2:45PM EST Description: Online solicitations only. Clemson University solicitations can be viewed at https://clemson.ionwave.net/CurrentSourcingEvents.aspx Project Title: LOWCOUNTRY DISTRIBUTION/LOGISTICS CENTER CLUSTER STUDY: I-95 INTERCHANGE ASSESSMENT—REVIEW AND UPDATE Project Description: This project is a component of a review and update of the 2008 Lowcountry Distribu-tion/Logistics Center Cluster Study that is being undertaken by the LCOG Planning Department at this time. The objectives are to update the earlier work to determine if selected Interstate 95 interchanges (5, 8, 18, 22, 33, 38, 53, 57, 62) in the Lowcountry are capable of handling increased amounts of truck traffic; to determine what improvements would be needed to accommodate forecast additional volumes of such traffic generated by distri-bution and logistics centers ( or other related industries) at those interchanges. Submit Proposal Electronically By: April 6, 2018 at 4:00pm Purchasing Organization: Lowcountry Council of Governments Contact: Ginnie Kozak, Planning Director E-mail address: [email protected] Download RFP From: https://vrapp.vendorregistry.com/Bids/View/BidsList?BuyerId=4349e3d2-685e-4b15-9530-e9ae2ea4cb04 Project Name: LOWER SAVANNAH COUNCIL OF GOVERNMENTS 2040 LONG RANGE TRANSPORTATION PLAN Solicitation Number: RFP 01-18 Location: LSCOG Region (Aiken, Allendale, Bamberg, Barnwell, Calhoun and Orangeburg Counties) Description of Project: It is the intent of the LSCOG, on behalf of the six county region, to solicit a Request for Proposals (RFPs) from qualified firms to provide transportation planning professional services that will result in a 5-year update to the Long Range Transportation Plan (LRTP) within the LSCOG region. The firm selected will have expertise in the development of LRTPs (or similar) projects. The successful team must be familiar with

Page 11: Friday, March 23: SCBO 2.0 goes LIVE March 12, 2018.pdfMonday, March 12, 2018 3 Volume 37, Issue 293 For questions, please contact the SCDOT Contracting Officer, Wendy Hollingsworth

Monday, March 12, 2018 11 Volume 37, Issue 293

state and federal environmental laws and regulations, and must possess a demonstrated ability to conduct effec-tive public meetings, hearings, and public outreach. Consultant Selection: In consultant selection LSCOG will consider experience, qualifications, and technical competence in the type of work required (30%); travel modeling capabilities (10%); experience with public en-gagement, performance measures, congestion management, and multi-modal planning (30%); availability of staff and ability to mobilize quickly and meet project schedules with limited oversight (20%); and cost (10%). Submission: Respondents interested in being considered for this work should respond with one (1) original and seven (7) copies of a cover letter and Proposal addressing the evaluation criteria no later than 3:00 p.m. on April 6, 2018 and must clearly be marked “LSCOG 2040 Long Range Transportation Plan.” The successful consultant shall comply with the requirements of Title 49 CFR Part 21 & Title VI of the Civil Rights Act of 1964. The successful consultant shall provide services in compliance with the Americans with Disabilities Act of 1990. LSCOG strongly encourages the use and involvements of Disadvantaged Business Enterprises (DBE) on this project. The full requirements for the proposals package can be found at www.lscog.org . All submittals are to be received by Amanda J. Sievers, Planning Manager, at the Lower Savannah Council of Governments, 2748 Wagener Rd.(Physical Address), PO Box 180, Aiken, SC 29802, no later than 3:00pm, on April 6, 2018.

Description: STATEWIDE FOR MARINE OUTBOARD MOTORS Solicitation Number: 5400015006 Pre-Bid: 3/22/2018 10:00am, 1201 Main Street, Suite 600, Columbia, SC 29201 A limited number of ports are available to attend via tele-conference. If you would like to participate in the call, email Michael Speakmon for dial-in instructions no later than March 20th at 10:00am. Ports will be available on a first-come first-serve basis Submit Offer By: 04/17/2018 11:00am Purchasing Agency: SFAA, Div. of Procurement Services, MMO 1201 Main Street, Suite 600 Columbia, SC 29201 Buyer: MICHAEL SPEAKMON Email: [email protected] Download Solicitation From: http://webprod.cio.sc.gov/SCSolicitationWeb/solicitationAttachment.do?solicitnumber=5400015006 Description: EPILOG FUSION M2 32 60 WATT CO2 LASER SY Solicitation Number: 5400015289 Submit Offer By: 03/19/2018 1:00pm Purchasing Agency: MIDLANDS TECHNICAL COLLEGE 1260 Lexington Drive West Columbia, SC 29170-2176 Buyer: LATITIA TREZEVANT Email: [email protected] Download Solicitation From: http://webprod.cio.sc.gov/SCSolicitationWeb/solicitationAttachment.do?solicitnumber=5400015289

Page 12: Friday, March 23: SCBO 2.0 goes LIVE March 12, 2018.pdfMonday, March 12, 2018 3 Volume 37, Issue 293 For questions, please contact the SCDOT Contracting Officer, Wendy Hollingsworth

Monday, March 12, 2018 12 Volume 37, Issue 293

NEW, UNUSED FURNITURE BID# 2530

York County is seeking bids for new, unused furniture for the York County Public Works Facility. Bids will be re-ceived in the York County Purchasing Department, Room 114, 6 S. Congress St., York, SC 29745 until 3:00pm on March 28, 2018, at which time said bids will be publicly opened. This bid can be viewed on the York County website www.yorkcountygov.com/purchasing.

Description: MANAGEENGINE SUBSCRIPTIONS FOR SCDHHS Solicitation Number: 5400015292 Submit Offer By: 03/19/2018 12:00pm Purchasing Agency: SCDHHS 1801 Main Street, 6th Floor Columbia, SC 29201 Buyer: ANDREW JACKSON Email: [email protected] Download Solicitation From: http://webprod.cio.sc.gov/SCSolicitationWeb/solicitationAttachment.do?solicitnumber=5400015292 Solicitation Title: UNINTERRUPTIBLE POWER SUPPLY (UPS) Solicitation #: 99376283 Solicitation Type: Information Technology Date of Issue: 03.12.2018 Submit Offer By: 03.22.2018, 11:30am Online Solicitation Only: https://clemson.ionwave.net/currentsourcingevents.aspx

Description: TERM CONTRACT FOR GROUNDS MAINTENANCE SERVICES Solicitation #: 1808015 Type: IFB Bid Closes: March 23, 2018 at 2:00pm Questions: March 19, 2018 at 2:00pm Procurement Officer: Vicki Williams Email: [email protected] Telephone: 843-436-7184 Request solicitation by emailing Vicki Williams

HVAC REPAIR AND MAINTENANCE CONTRACT

RFP # 2018-033 School District Five of Lexington and Richland Counties is soliciting proposals from qualified firms to provide service, maintenance, and repair of covered HVAC equipment.

Page 13: Friday, March 23: SCBO 2.0 goes LIVE March 12, 2018.pdfMonday, March 12, 2018 3 Volume 37, Issue 293 For questions, please contact the SCDOT Contracting Officer, Wendy Hollingsworth

Monday, March 12, 2018 13 Volume 37, Issue 293

Proposals are due no later than May 2, 2018 at 3:00pm at the District office located at 1020 Dutch Fork Road, Irmo, SC 29063. Bid documents may be obtained electronically at https://www.lexrich5.org/Page/16458 or by contacting Lynda Robinson at [email protected] .

Description: EVENT STAFFING SERVICES Solicitation Number: 5400015106 Pre-Bid Conf.: 3/21/2018 10:30am at SFAA, Div. of Procurement Services, MMO 1201 Main Street, Suite 600 Columbia, SC 29201 Submit Offer By: 04/25/2018 11:00am Purchasing Agency: SFAA, Div. of Procurement Services, MMO 1201 Main Street, Suite 600 Columbia, SC 29201 Buyer: KRISTEN MOSS Email: [email protected] Download Solicitation From: http://webprod.cio.sc.gov/SCSolicitationWeb/solicitationAttachment.do?solicitnumber=5400015106 Description: MENTOR PROTEGE PROGRAM Solicitation Number: 5400015271 Submit Offer By: 04/12/2018 2:30pm Purchasing Agency: SCDOT Procurement Office 955 Park Street Room 101 Columbia, SC 29201-3959 Buyer: EMMETT KIRWAN Email: [email protected] Download Solicitation From: http://webprod.cio.sc.gov/SCSolicitationWeb/solicitationAttachment.do?solicitnumber=5400015271 Description: COOPERATIVE TERM CONTRACT FOR FOOD SERVICE SANITATION Solicitation Number: 1718-21VS Submit Offer By: 04/18/2018 3:00pm Purchasing Agency: Horry County Schools Buyer: Valiant Sommers Email: [email protected] Download Solicitation From: http://apps.hcs.k12.sc.us/apps/protrac/

Description: FURNISH, DELIVER, REMOVAL AND LABOR OF MATERIALS AND RENTAL EQUIPMENT FOR STAGING COMMENCEMENT EXERCISES AT USC BEAUFORT AT THE BLUFFTON CAMPUS Solicitation Number: USC-IFB-3261-TF Site Visit: March 19, 2018 at 11:00am, USC Beaufort at the Bluffton Campus Hargray 142 – Business Office Conference Room One University Boulevard, Bluffton, SC 29909 Submit Offer By: 3/28/2018 11:00am Delivery Point: Bluffton, SC Purchasing Agency: University of South Carolina, 1600 Hampton Street, Suite 606, Columbia, SC 29208 Buyer: Tracy Fountain Phone: 803-777-4115

Page 14: Friday, March 23: SCBO 2.0 goes LIVE March 12, 2018.pdfMonday, March 12, 2018 3 Volume 37, Issue 293 For questions, please contact the SCDOT Contracting Officer, Wendy Hollingsworth

Monday, March 12, 2018 14 Volume 37, Issue 293

RE-ADVERTISE SUBMISSION DATE CORRECTED BANKING SERVICES

The Town of Surfside Beach will be receiving Requests for Proposals for Banking Services. For further infor-mation and complete Proposal Package, please contact Surfside Beach Town Hall at 843-913-6111 or [email protected]. Complete proposal package also available at http://www.surfsidebeach.org/bids-rfps-and-rfqs or Town Hall, 115 Business Hwy 17 North, Surfside Beach, SC 29575. Proposals will not be accepted after 3:00 pm on April 2, 2018.

LAWN MAINTENANCE SERVICES Florence County is accepting bids from qualified vendors to provide Lawn Maintenance Services for the Flor-ence County Judicial Center (FCJC) located at 181 N. Irby Street, Florence, SC 29501. A mandatory pre-bid meeting will be held on March 20, 2018 at 10:00am in front of the public rear entrance of the Judicial Center (enter on Coit Street). The sealed bids will be received by the Florence County Procurement Office located at the County Complex, 180 N. Irby Street, Room B-5, Florence, South Carolina until March 27, 2018 at 3:00pm. The sealed bids will then be opened and read aloud in room B-1 at 3:05pm. Bid Security Bond Required: Yes Performance Bond Required: No Payment Bond Required: No Each bidder must be registered with Vendor Registry Vendor Registry via https://vrapp.vendorregistry.com/Bids/View/BidsList?BuyerId=bd043744-da93-4690-853c-1194f9a61e95 to re-ceive the bid document and all addendums in conjunction with this project. It shall be each bidder’s responsibility to assure that all addenda have been received. No claim for failure to receive the addendums will be considered. All questions pertaining to this bid must be submitted in writing by e-mailing [email protected] no later than 5:00pm on March 22, 2018. No bid will be considered unless the bidder is legally qualified to do the work under the provisions of the South Carolina Contractor's Licensing Law if applicable - http://www.llr.state.sc.us/POL/Contractors/index.asp?file=licensure.htm No bidder may withdraw the bid within 120 days after the actual date of the bid opening. Minority Business Owners (minority or woman owned businesses) will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, creed, sex or national origin in consideration for an award. It is the policy of the County that minority business and women owned business enterprises (MBE/WBE) have an opportunity to participate at all levels of contracting in the per-formance of County projects to the extent practical and consistent with the efficient performance of the contract. Florence County reserves the right to cancel this solicitation at any time without prior notice. Description: USC UPSTATE EXECUTIVE SEARCH FOR DIRECTOR OF ATHLETICS Solicitation Number: USCU-RFQ-031218-TC Submit Offer By: 10:00am on 03/19/2018 Purchasing Agency: USC Upstate Buyer: TAMMY CASH Email: [email protected] Download Solicitation From: https://www.uscupstate.edu/the-dome/facultystaff/personal-and-professional/business-services/purchasing/solicitations-and-awards/

Page 15: Friday, March 23: SCBO 2.0 goes LIVE March 12, 2018.pdfMonday, March 12, 2018 3 Volume 37, Issue 293 For questions, please contact the SCDOT Contracting Officer, Wendy Hollingsworth

Monday, March 12, 2018 15 Volume 37, Issue 293

2018 PAINTING OF OAKWOOD-WINDSOR & J.D. LEVER ELEMENTARY Pre bid not mandatory meeting on April 11, 2018 at 10:00am. Located at 61 Given Street, Aiken SC 29805 Bid date on April 19, 2018 at 2:00pm Located at 61 Given Street, Aiken, SC 29805 For specifications and questions, please email or call 803 645-8247 Robbie Roberson, [email protected] Addendum information: www.acpsd.net

READVERTISE SUBMISSION DATE CORRECTED AUDITING SERVICES

The Town of Surfside Beach will be receiving Requests for Proposals for Professional Auditing Services. For further information and complete Proposal Package, please contact Surfside Beach Town Hall at 843-913-6111 or [email protected]. Complete proposal package also available at http://www.surfsidebeach.org/bids-rfps-and-rfqs or Town Hall, 115 Business Hwy 17 North, Surfside Beach, SC 29575. Proposals will not be accepted after 3:00pm on April 2, 2018.

Description: USED GRAIN BINS ASSEMBLED Solicitation Number: 5400015198 Submit Offer By: 03/19/2018 10:00am Purchasing Agency: SC Department of Corrections 4420 Broad River Road Columbia, SC 29210 Buyer: MYRTLE DEWERDT Email: [email protected] Download Solicitation From: http://webprod.cio.sc.gov/SCSolicitationWeb/solicitationAttachment.do?solicitnumber=5400015198 Description: MIX, BREAD-DRY Solicitation Number: 5400015211 Submit Offer By: 03/26/2018 10:00am Purchasing Agency: SC Department of Corrections 4420 Broad River Road Columbia, SC 29210 Buyer: LAURIE BRANHAM Email: [email protected] Download Solicitation From: http://webprod.cio.sc.gov/SCSolicitationWeb/solicitationAttachment.do?solicitnumber=5400015211 Description: CONCRETE BRIDGE SPRING GROVE RD./WODBOO Solicitation Number: 5400014882 Submit Offer By: 04/06/2018 2:30pm Purchasing Agency: SCDOT Procurement Office 955 Park Street Room 101 Columbia, SC 29201-3959

Page 16: Friday, March 23: SCBO 2.0 goes LIVE March 12, 2018.pdfMonday, March 12, 2018 3 Volume 37, Issue 293 For questions, please contact the SCDOT Contracting Officer, Wendy Hollingsworth

Monday, March 12, 2018 16 Volume 37, Issue 293

Buyer: RICHARD EDMONDSON Email: [email protected] Download Solicitation From: http://webprod.cio.sc.gov/SCSolicitationWeb/solicitationAttachment.do?solicitnumber=5400014882 Description: FERTILIZER DEL & P/U FOR BONNEAU FERRY Solicitation Number: 5400015291 Submit Offer By: 03/23/2018 10:00am Purchasing Agency: SC Department of Natural Resources 1000 Assembly Street, Room 142 Columbia, SC 29201 Buyer: ANDREA BOWMAN Email: [email protected] Phone: 803-734-3933 Download Solicitation From: http://webprod.cio.sc.gov/SCSolicitationWeb/solicitationAttachment.do?solicitnumber=5400015291 Description: THE LANCASTER COUNTY SCHOOL DISTRICT IS ACCEPTING SEALED BIDS FOR PERISHABLE AND NON-PERISHABLE FOODS AND CAFETERIA PAPER AND RELATED PRODUCTS. Solicitation Number: B00000001819 Non-Mandatory Pre-Bid Meeting: 3/27/18 at 10:00am Pre-Bid Location: Gator Commons Building – River Bluff High School, 320 Corley Mill Road, Lexington, SC 29072 Bid Due Date/Time: 4/24/18 at 10:00am Submit to (Must Be Hand Delivered Only): Gator Commons Building – River Bluff High School, 320 Corley Mill Road, Lexington, SC 29072 Inquiries: [email protected] Bid Requests: http://www.lancastercsd.com/financeprocurement/procurement-2/ Description: PROVIDE ALL LABOR & MATERIALS FOR VACUUM PUMP REPLACEMENT Solicitation Number: USC-RFQ-3263-DG Site Visit: March 22, 2018 at 2:00pm Location: University of South Carolina, Beaufort SC, Hargray 142, One University Boulevard, Bluffton South Carolina 29909 Submit Offer By: 3/27/2018 at 9:00am Purchasing Agency: University of South Carolina, Purchasing Department, 1600 Hampton Street, Columbia SC 29208 Delivery Point: University of South Carolina, Beaufort Buyer: Dennis Gallman Phone: 803-777-4115 Email: [email protected] Download Solicitation From: https://purchasing.sc.edu Description: HVAC FILTERS FOR COLLETON COUNTY MIDDLE SCHOOL Solicitation Number: BG-0312-CCMS Submit Offer By: March 27, 2018 at10:00am Purchasing Agency: Colleton County School District Buyer: Kenny Blakeney Email: [email protected] and/or [email protected] Download Solicitation From: http://www.colletonsd.org/?DivisionID=14125&DepartmentID=14646&SubDepartmentID=8767

Page 17: Friday, March 23: SCBO 2.0 goes LIVE March 12, 2018.pdfMonday, March 12, 2018 3 Volume 37, Issue 293 For questions, please contact the SCDOT Contracting Officer, Wendy Hollingsworth

Monday, March 12, 2018 17 Volume 37, Issue 293

PROPOSED 2018 EDITION OF THE MANUAL FOR PLANNING

AND EXECUTION OF STATE PERMANENT IMPROVEMENTS, PART II The Office of the State Engineer is announcing the release of the proposed 2018 Edition of the Manual for Plan-ning and Execution of State Permanent Improvements, Part II (“The Manual”), for review and comment pursuant to Section 11-45-3240. Interested parties may review the proposed 2018 Manual at:

https://procurement.sc.gov/node/5936 Significant changes that have been made in the Manual include the following:

Tables and Permits relocated from the Chapters to an Appendix;

Combined chapters and sub-chapters;

Eliminated the prohibition of fire retardant treated wood from Chapter 5;

Eliminated the Cost Guide and Multiplier method for awarding Construction IDCs.

Revised and completed Chapter 11, Construction Manager at Risk (CM-R) with accompanying CM-R forms (400 series);

Revised and completed Chapter 12, Design-Build, Design-Build-Operate-Maintain and Design-Build-Finance-Operate-Maintain with accompanying DB forms (700 series);

Please send all questions and/or comments to Tia Vaughan at [email protected].

VENDORS, DON’T NEGLECT TO CHECK THE STATE’S FIXED PRICE BIDS

If authorized by the original solicitation, the State may use "competitive fixed price bidding" to create pro-curements with an open response date. These fixed price bids are advertised in SCBO once, but the solicitation may provide for bids to be accepted continuously or periodically during the contract term. The link below takes you to a listing of all open solicitations conducted by the central purchasing office using the competitive fixed pricing bidding rules: https://procurement.sc.gov/vendor/contract-opps/fixes-price-bids-ss.

INSPECTOR GENERAL'S FRAUD HOTLINE

(State Agency fraud only) 1-855-723-7283 / http://oig.sc.gov

COMMENTS?

The Division of Procurement Services encourages you to make your comments via the following methods: Customer Comment System: https://procurement.sc.gov/comment

Telephone 803-737-0600

Page 18: Friday, March 23: SCBO 2.0 goes LIVE March 12, 2018.pdfMonday, March 12, 2018 3 Volume 37, Issue 293 For questions, please contact the SCDOT Contracting Officer, Wendy Hollingsworth

Monday, March 12, 2018 18 Volume 37, Issue 293

Page 19: Friday, March 23: SCBO 2.0 goes LIVE March 12, 2018.pdfMonday, March 12, 2018 3 Volume 37, Issue 293 For questions, please contact the SCDOT Contracting Officer, Wendy Hollingsworth

Monday, March 12, 2018 19 Volume 37, Issue 293

South Carolina Business Opportunities Scott Hawkins, Editor

1201 Main Street, Suite 600 Columbia, SC 29201

803-737-0686 [email protected]

https://procurement.sc.gov/

A Listing Published Daily, of Proposed Procurements in Construction, Information Technology, Supplies & Ser-vices As Well As Other Information of Interest to the Business Community. All Rights Reserved. No Part of This Publication May Be Reproduced, Stored in a Retrieval System or Transmitted in Any Form Or By Any Means, Electronic, Mechanical, Photocopying Or Otherwise, Without Prior Written Permission of the Publisher. Sealed Bids Listed in This Publication Will Be Received at the Time, Place & Date Indicated in the Announcements & Then Be Publicly Opened & Read Aloud. The State/Owner Reserves the Right to Reject Any Or All Bids & to Waive Technicalities. All times posted are local.