Planroom Options

Bidroom Homepage

Public Projects
Password Projects
Calendar

Log In
Version 6.0.11.11

 
 
   Information  
 
 
   Plan Holders  
 
 
   View Plans  
 
 
   Addenda  
 
 
   Spec Sheets  
 
Kershaw County (SC) Airport (Woodward Field) - Runway 6-24 Rehabilitation Project (20200407.00.WL)

The project generally consists of variable depth mill and P-401 asphalt overlay of Runway 6/24 and the intersection of Runway 6/24 with Runway 14/32.
            

 

    

Contact:   Chris Birkmeyer
PreBid Date:   04/13/2021 02:00 PM
PreBid Info:   There will be a non-mandatory pre-bid meeting held at the Kershaw County Airport Terminal Building, located at 2203 Airline Drive, Camden SC 29020. All bidders are strongly encouraged attend. A site visit will be conducted upon completion of the pre-bid meeting. A virtual attendance invitation for the pre-bid can be requested by emailing kmorris@wkdickson.com

Company:   W. K. Dickson & Co. Inc.
Bid Date:   04/28/2021 02:00 PM
Bid Info:   Sealed proposals will be received at the Kershaw County Government Center, 515 Walnut Street, Camden, SC 29020, and immediately thereafter publicly opened and read for the furnishing of labor, material, and equipment for the Runway 6-24 Rehabilitation 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. Outside of the envelope must be marked “Bid #20-215-11 – Runway 6-24 Rehabilitation Project”. Sealed envelopes shall be addressed to: Sarah Williams, CPPB, County of Kershaw, 515 Walnut Street, Room 208, Camden, SC 29020. Proposals submitted without the prescribed information may be rejected.

Project Location: Kershaw County, 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 Bidders should be aware that the date, time, and location for Proposal Submittal and Opening may be modified by Addendum.

All prospective bidders, including prospective subcontractors, are hereby notified that 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 number 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 by 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 Kershaw County 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 requirements of this bid specification. These requirements apply to all bidders/offerors, including those who qualify as DBE. A DBE contract goal of 22.3% 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 it 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