Hilton Head Island, SC - HHPSD - RO4 and ASR2 Wells and Transmissions Mains (20220975.00.CA)
Status
Bidding Closed
Prebid Date | 7/18/24 2:00pm |
Bid Date | 8/12/24 2:00pm |
Company & Contacts
Location
Hilton Head Island, SC
Project Contacts:
David Bennett dbennett@wkdickson.com
Daniel Dowd ddowd@wkdickson.com
This project is being supported with U.S. Department of the Treasury, American Rescue Plan, Coronavirus State and Local Fiscal Recovery Fund (SLFRF) grant funding. Therefore, certain restrictions and other Federal requirements attach to this opportunity.
Each proposal shall be accompanied by a cash deposit or certified check, drawn on a bank or trust company insured by the Federal Deposit Insurance Corporation, in an amount equal to not less than five percent of the proposal. In lieu thereof, the bidder may offer a bid bond of five percent of the bid prepared on the Bid Bond form contained within the Contract Documents or a Surety Company's Standard Bid Bond form, duly executed by the Bidder as principal and executed by a surety company licensed under the laws of South Carolina to execute such bonds and listed in the latest issue of U. S. Treasury Circular 570, conditioned that the surety will, upon demand, forthwith make payment to the obligee upon said bond if the bidder fails to execute the contract in accordance with the bid bond. Said deposit shall be retained by the Owner as liquidated damages in event of failure of the successful bidder to execute the contract within ten days after the award or to give satisfactory surety as required by law.
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 Hilton Head Public Service District Invitation to Bid RO4 / ASR2 Wells & Transmission Mains 00 11 16 - 2 WKD Project Number: 20220975.00.CA 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.