Old Field Elevated Water Storage Tank

Project Number: 31183-017

Engineering Firm: Hazen & Sawyer

Bid Advertisement Old Field Elevated Water Storage Tank

Base bid: The project will consist of the dismantling, relocation, and reinstallation of an existing 500,000-gallon multicolumn elevated water storage tank with all necessary appurtenances and connections.

Alternate bid: The project will consist of the installation of a new shallow foundation 1,000,000-gallon composite elevated tank and all necessary appurtenances and connections.

This project is being funded by a SCIIP Grant (SCIIP Grant Number A-23-106) and a loan from the State Revolving Fund (SRF Project Number 3220003-07) and Bidders must comply with all applicable state and federal requirements identified in the Bidding Documents, including Davis-Bacon and “American Iron and Steel” provisions. This project contains disadvantaged business enterprise (DBE) goals and prospective bidders must implement procedures that ensure that DBE firms are given meaningful participation if subcontracts are awarded.

Each bidder is required to have an active registration with the federal System for Award Management (SAM) for the duration of the Contract period. The bidder and any proposed Subcontractors shall not be debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from doing business with the federal government during the Contract period. All purchases of goods and services funded, in  whole or in part, with a SCIIP/RIA grant shall be made in accordance with the procurement standards of the Uniform Guidance, specifically 2 CFR 200.318 through 2 CFR 200.327.

 

Old Orangeburg Platt Springs Gravity Sewer Phase II

Project Number: 60673400

Engineering Firm: AECOM Technical Services Inc

Bid Advertisement Old Orangeburg Platt Springs Gravity Sewer Phase II

The work to be done consists of furnishing all materials, equipment, and labor necessary to construct the work consisting of installing approximately 5,228 LF of 24-inch gravity sewer and associated manholes.

 

Bidders must comply with Title VI of the Civil Rights Act of 1964, the Davis-Bacon Act, the Anti-Kickback Act, Contract Work Hours and Safety Standards Act and 40 CFR 33.240.

The Information for Bidders, Bid Form, Contract, Plans, Specifications, Bid Bond, Performance Bond and Payment Bond, and other contract documents may be examined at the following locations:

 

  • SRF: State Revolving Fund Program, SCDHEC office, Columbia, SC
  • Owner: Joint Municipal Water & Sewer Commission, Lexington, SC.
  • Engineers: AECOM Technical Services, Inc., Columbia, SC.

 

Bidder must be an official plan holder for bid to be considered.

 

Bidders must deposit security with all bids. Security shall be in the form of a certified check or bid bond made payable to the Owner and shall be for an amount equal to not less than five percent (5%) of the amount of the bid. Provisions of the security shall be as described in the Information for Bidders. A one hundred percent (100%) payment bond and performance bond will be required. Contractor must provide fire, extended coverage, vandalism, and malicious mischief insurance equal to the actual value of the insured property during construction.

 

The project is being funded (in part) by a loan from the State Revolving Fund and therefore bidders must comply with all applicable State and Federal requirements identified in the contract documents including Davis-Bacon and American Iron and Steel provisions. A requirement of this project is that prospective bidders must implement procedures that ensure disadvantaged business enterprise (DBE) firms are given opportunities for meaningful participation if subcontracts are awarded. The contractor must follow the "good faith" strategies outlined in the "Disadvantaged Business Enterprise" (DBE) compliance section of the Federal Requirements for SRF Funding.

 

Any prospective bidder, offeror, contractor, or subcontractor who is aggrieved in connection with the solicitation of this contract may protest to Engineer or Owner in accordance with Section 11-35-4210 of the SC Code of Laws within 15 days of the date of issuance of the Notice of Intent to Award. No bid will be considered unless the bidder is legally qualified under the provisions of the South Carolina Contractor'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.

                            

Transmission Main to Batesburg-Leesville and Calks Ferry Road Booster Pump Station

Project Number:   31183-018   

Engineering Firm: Hazen & Sawyer

Bid Advertisement Transmission Main to Batesburg-Leesville and Calks Ferry Road Booster Pump Station

Base bid: The project will consist of the installation of approximately 39,569 linear feet (LF) of 24" DIP water main, 2,179 LF of 30" HDPE by horizontal directional drill, a booster pump station (2,500 GPM firm capacity), 23 fire hydrants, and necessary appurtenances and connections.

Alternate bid: The project will consist of the installation of approximately 23,988 linear feet (LF) of 24" DIP water main, 15,581 LF of 16” DIP water main, 2,179 LF of 20" HDPE by horizontal directional drill, a booster pump station (2,500 GPM firm capacity), 23 fire hydrants, and necessary appurtenances and connections.

This project is being funded by a SCIIP grant (SCIIP Grant Number A-23-106) and a loan from the State Revolving Fund (SRF Project Number 3220003-07) and Bidders must comply with all applicable state and federal requirements identified in the Bidding Documents, including Davis-Bacon and “American Iron and Steel” provisions. This project contains disadvantaged business enterprise (DBE) goals and prospective bidders must implement procedures that ensure that DBE firms are given meaningful participation if subcontracts are awarded.

Each bidder is required to have an active registration with the federal System for Award Management (SAM) for the duration of the Contract period. The bidder and any proposed Subcontractors shall not be debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from doing business with the federal government during the Contract period. All purchases of goods and services funded, in whole or in part, with a SCIIP/RIA grant shall be made in accordance with the procurement standards of the Uniform Guidance, specifically 2 CFR 200.318 through 2 CFR 200.327.