|
Contact:
|
Chris Birkmeyer
|
PreBid Date:
|
04/15/2021
02:00 PM
|
PreBid Info:
|
There will be a non-mandatory pre-bid meeting held at the
Lowcountry Regional Airport Terminal Building, located at 537 Aviation Way, Walterboro, SC 29488.
All bidders are strongly encouraged attend. A site visit will be conducted upon completion of the pre-bid
meeting.
|
|
Company:
|
W. K. Dickson & Co. Inc.
|
Bid Date:
|
04/29/2021
02:00 PM
|
Bid Info:
|
Sealed proposals will be received by the Walterboro-Colleton County Airport Commission, 537
Aviation Way, Walterboro, SC 29488, and immediately
thereafter publicly opened and read for the furnishing of labor, material and equipment for the New
Connector Taxiway Project. Bids received after the stated time will not be accepted.
Proposals must be submitted in sealed envelopes with the Bidder’s name, full mailing address, and
General Contractor License Number shown as the return address. Sealed envelopes shall be addressed to:
Mr. William T. Young, Jr.,
Walterboro-Colleton County Airport Commission,
537 Aviation Way,
Walterboro, SC 29488
Proposals submitted without the prescribed information may be rejected.
All Bidders should be aware that the date, time, and location for Proposal Submittal and Opening may be
modified by Addendum.
|
|
Project Location:
|
Walterboro, SC
|
|
|
|
|
|
Public Notes:
|
For information regarding this project please contact:
Kristen L. Morris, PE
W.K. Dickson & Co., Inc.
1320 Main Street, Suite 400
Columbia, SC 29201
Office: 910-762-4200
Email: kmorris@wkdickson.com
It is anticipated that the contract award will be made to the lowest responsive and responsible bidder if an
award is made.
All prospective bidders, including prospective subcontractors are hereby notified t hat they must have
proper contracting licenses under state law for their trades at the time bids are received. General
Contractors are notified that applicable statutes of South Carolina will be observed in receiving and
awarding general contracts. The General Contractor must have his license numbe r clearly printed or
typed on the sealed bid envelope.
The Owner will not accept or consider proposals from any contractor whose name, at the time of opening
of bids or award, appears on the then-current list of ineligible contractors published by the Comptroller
General of the United States under Section 5.6 (b) of the Regulations of the Secretary of Labor (29) CFR
nor a proposal from any firm, corporation, partnership, or proprietorship in which an ineligible contractor
who, at the time of the opening of bids or the award, is removed from the Department of Transportation’s
list of prequalified contractors.
Each bid shall be accompanied by a bid guaranty consisting of a cash deposit, or a certified check drawn
on a bank or trust company insured by the FDIC, or a bid bond executed by a surety company licensed
under the laws of South Carolina to execute such bonds. Such Bid guaranty shall be in an amount not less
than 5% of the total amount of the bid and will be retained by the Owner as liquidated damages should the
successful bidder fail to properly execute the Contract within ten (10) days after the award and to give
satisfactory surety as required by law.
By submitting a bid, the Contractor certifies that he has under his direct control, or at his disposal, the
men, equipment, and materials required to execute this work as specified. Lack of such control or
availability of men, equipment, or materials shall constitute failure to properly execute the Contract.
Performance and Labor and Material Payment Bonds will be required for 100% of the Contract price,
with a surety or sureties legally authorized to do business in South Carolina.
A bid may be withdrawn only as provided by the applicable statutes of South Carolina. If a bid is
withdrawn within 90 calendar days of the bid opening, the Bid Guaranty shall be forfeited. If the request
to withdraw is made later than 72 hours after the opening of bids, and if the withdrawal is allowed b y
state and local law, the owner may return the bid guaranty at his option.
The project is conditioned upon the receipt of federal funding under provisions of the Airport and
Airways Safety and Capacity Expansion Act of 1987 and most recently Wendell H. Ford Aviation
Investment and Reform Act for 21st Century (AIR-21). Certain mandatory federal requirements apply to
this solicitation and will be made part of any contract awarded.
1. Buy American Preference (Title 49 United States Code, Chap 501);
2. Foreign Trade Restriction (49 CFR Part 30);
3. Disadvantaged Business Enterprise (49 CFR Part 26);
4. Davis-Bacon Act (29 CFR Part 5);
5. Equal Employment Opportunity (Executive Order 11246 and 41 CFR Part 60);
6. Goals for Minority and Female Participation (41 CFR Part 60-4.2);
7. Certification of Non-Segregated Facilities (41 CFR Part 60-1.8);
8. Debarment, Suspension, Ineligibility and Voluntary Exclusion (49 CFR Part 29).
9. Drug-Free Workplace Act of 1988 (41 USC 702-706).
NON-DISCRIMINATION CLAUSE: The requirements of 49 CFR Part 26, Regulations of the U.S.
Department of Transportation, apply to this contract. It is the policy of the Walterboro -Colleton county
Airport Authority to practice nondiscrimination based on race, color, sex, or national origin in the award or
performance of this contract. All firms qualifying under this solicitation are encouraged to submit
bids/proposals. Award of this contract will be considered upon satisfying the re quirements of this bid
specification. These requirements apply to all bidders/offerors, including those who qualify as DBE. A DBE
contract goal of 15.8% has been established for this contract. The bidder/offeror shall make good faith
efforts, as defined in Appendix A, 49 CFR Part 26 (Attachment 1), to meet the contract goal by utilizing
DBEs in the performance of this contract.
The apparent successful bidder will be required to submit in the “Proposal” section of his bid the
information concerning the DBE that will participate in this contract.
This information will include: (1) the names, addresses and telephone numbers of South Carolina licensed
DBE firms that will participate in the contract; (2) a description of the work that each DBE firm will perform;
(3) the dollar amount of the participation of each DBE firm participating; (4) written documentation of the
bidder/offeror’s commitment to use a DBE subcontractor whose participation it submits to meet the contract goal; and (5) written confirmation from the DBE that is participating in the contract as provided in the
commitment made under (4).
If the bidder fails to achieve the contract goal stated herein, he will be required to provide documentation
demonstrating that he made a good faith effort. The bidder’s documentation shall be submitted in accordance
with the provisions outlined in the Proposal.
The Owner reserves the right to reject any or all bids and to waive informalities and minor irregularities.
|
|
Job Purchase Information:
|
Bidding is closed.
A copy of Final Bid Tabulation can be viewed by clicking HERE
|
|
Addenda
|
|
|
|