|
Contact:
|
Cindy Davidson
|
PreBid Date:
|
N/A
|
PreBid Info:
|
|
|
Company:
|
W. K. Dickson & Co. Inc.
|
Bid Date:
|
11/02/2023
02:00 PM
|
Bid Info:
|
Sealed Bids for the construction of the Decatur Street Water Main Replacement will be received, by the
City of West Columbia, in the New Brookland room of 200 N. 12th Street, West Columbia, SC, at which time the Bids received will publically opened
and read.
|
|
Project Location:
|
West Columbia, SC
|
|
|
|
|
|
Public Notes:
|
For information regarding this project please contact:
Cindy Davidson
W.K. Dickson & Co., Inc.
1320 Main Street; Suite 400
Columbia, SC 29210
Phone: 803-786-4261
Email: cdavidson@wkdickson.com OR ddowd@wkdickson.com
This project is being funded in whole or in part by the South Carolina Infrastructure Investment
Program (SCIIP), which is administered by the South Carolina Rural Infrastructure Authority (RIA)
and funded by federal State and Local Fiscal Recovery Funds (SLFRF) through the American Rescue
Plan Act (ARPA). All federal SLFRF requirements and SCIIP requirements will apply to the contract.
All contractors and subcontractors are required to be registered in the federal System for Award
Management (SAM) and may not be debarred from doing business with the federal government.
Respondents on this work will be required to comply with all applicable federal regulations, including
those listed in SCIIP Project Management Procedures outlined on pages 37-45 and can be found
here: Forms & Documents – South Carolina Rural Infrastructure Authority (sc.gov)
Bids will be received for a single prime Contract. Bids shall be on a lump sum and unit price basis, with
additive alternate bid items as indicated in the Bid Form.
Bid security shall be furnished in accordance with the Instructions to Bidders.
The Owner hereby notifies all Bidders that it will affirmatively ensure that in any Contract entered into
pursuant to this advertisement 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, sex, or national origin in
consideration for an Award. The Owner is an Equal Opportunity Employer. Any Contract that uses
federal funds to pay for construction work is a “federally assisted construction contract” and must include
the equal opportunity clause found in 2 C.F.R. Part 200, unless otherwise stated in 41 C.F.R. Part 60, and
encourages all small and minority owned firms and women’s business enterprises to participate. No
Bidder may withdraw his/her Bid within (90) days after the actual date of the opening thereof.
The Copeland “Anti-Kickback” Act is also applicable, which prohibits workers on construction projects
from giving up wages that they are owed. The Contractor must not appear on the SAM.gov disbarment
list.
A detailed listing of all Subcontractors shall be provided by the Bidder. In accordance with the Contract
Documents, documentation that the prospective General Contractor and its Subcontractors meet minimum
qualifications shall be provided and submitted. Subcontractors must also not appear on the SAM.gov
disbarment list. Mark-ups on Subcontractor work or Cost Plus Overhead will be disallowed for
reimbursement.
Bidders must comply with the President’s Executive Order No. 11246, as amended, which prohibits
discrimination in employment regarding race, creed, color, sex, or national origin.
The Contractor shall comply with the Department of Labor Safety and Health Regulations for
construction promulgated under the Occupational Safety and Health Act of 1970 (PL91-596) and under
Section 107 of the Contract Work Hours and Safety Standards Act (PL91-54), or latest revisions.
All Equipment/Manufacturer “Or-Equal” Qualification Packages, per the Instructions to Bidders
Document 00 21 13, must be submitted at least ten days prior to the advertised bid date.
The Owner reserves the right to reject any or all bids and to waive informalities and technicalities.
|
|
Job Purchase Information:
|
Bidding is closed.
|
|
|
|
|
|