Announcements, Barbour, Berkeley, Boone, Braxton, Brooke, Cabell, Calhoun, Clay, Doddridge, Fayette, Gilmer, Grant, Greenbrier, Hampshire, Hancock, Hardy, Harrison, Jackson, Jefferson, Kanawha, Lewis, Lincoln, Logan, Marion, Marshall, Mason, McDowell, Mercer, Mineral, Mingo, Monongalia, Monroe, Morgan, Nicholas, Ohio, Pendleton, Pleasants, Pocahontas, Preston, Putnam, Raleigh, Randolph, Ritchie, Roane, Summers, Taylor, Tucker, Tyler, Uncategorized, Upshur, Wayne, Webster, Wetzel, Wirt, Wood, Wyoming

ADVERTISEMENT FOR BIDS: Route 9 Infrastructure Project, Charles Town Utility Board

ADVERTISEMENT FOR BIDS

NOTE: See links at bottom of legal to view Project Manual; IFB Specs; ROUTE 9 SEWER_IFB_2019-1212; Route 9 Sewer Env-Geotech-Geophysical-AirTrack.pdf

 

From The Spirit of Jefferson, Charles Town, W.Va.:

Sealed Bids for the construction of the Route 9 Infrastructure Project will be received, by the Charles Town Utility Board, at 661 South George Street, Suite 101, Charles Town, WV 25414; until 3:00 p.m. local time on January 21, 2020, at which time the Bids received will publicly opened and read.

The Route 9 Sewer Project element generally includes:

1. Mobilization and survey stakeout;

2. Installation of erosion and sediment control, measures, preparing a Stormwater Pollution Prevention Plan (SWPPP), and filing a National Pollutant Discharge Elimination System (NPDES) Notice of Intent (NOI);

3. Coordination with concurrent water and roadway construction;

4. Coordination with concurrent manufacturing plant construction;

5. Coordination with concurrent roadway construction;

6. Coordination with adjacent private utility installation (natural gas, communications, and electric power);

7. Traffic control during construction, including developing traffic control and maintenance of traffic plans, and obtaining permits from the authorities having jurisdiction;

8. Trenching; installation of force main and gravity sewer lines, manholes, valves and appurtenances; and trench backfill (~16,000 feet of force main sewers, 4”-8” and ~9,400 feet of gravity sewer, 6”-15”);

9. Installation of steel casing pipes at roadway and railroad crossings (~700 feet of 24”-34” casing);

10. Obtaining utility encroachment permits from CSX Transportation and Norfolk Southern railroads;

11. Providing for rail protective services for work within and adjacent to railroad rights-of-way;

12. Providing rail protective liability and other insurance coverage in the amounts required by the railroads;

13. Construction of the Northport sewage pumping station (Bid Alternate No. 1), including construction of associated earthwork, driveway, vaults and wet wells, pumps and ancillary equipment, controllers, lighting, water service, fencing and gates, and providing electric power service;

14. Construction of the War Admiral sewage pumping station, including construction of associated earthwork, driveway, vaults and wet wells, controllers, lighting, water service, fencing and gates, and providing electric power service;

15. Utility adjustment and relocation as necessary to construct proposed sewer system infrastructure;

16. Fine grading and site stabilization/restoration; and

17. Providing startup, testing, and operator training for all equipment;

Bids will be received from a single prime Contractor. Bids shall be on a lump sum and unit price basis, as indicated in the Bid Form, including Bid Alternate(s).

Work must be substantially complete within 210 days from Notice to Proceed (NTP), and fully completed ready for final payment within 270 days of NTP. Liquidated damages will be $1,000.00 per day.

The Issuing Office for the Bidding Documents is:

Hatch 704 Quince Orchard Road, Suite 310

Gaithersburg, MD 20878

Rick Travers,

PE Sr. Project Manager

[email protected]

Prospective Bidders may examine the Bidding Documents online at https://wvlegals.com. Hardcopies of the Solicitation Documents and Addenda on file will be available upon request for a cost of $260 per set. If there is any conflict between the electronic format and hard copies of any Bidding Documents or Addenda, the hard copies on file shall control.

A two-envelope system will be used. Envelope No. 1 must have the following information presented on the front:

Name and address of Bidder

Bid on Route 9 Sewer

Charles Town Utility Board

Envelope No. 2 must be labeled “Bid Proposal,” and shall be placed inside of Envelope #1.

Envelope No. 1 will be opened first and the Bid Opening Requirement items checked for compliance as outlined on the Bid Opening Checklist included in Article 23 of the Instructions to Bidders. If such documents are found to be in order, Envelope No. 2 “Bid Proposal”, will then be opened and will be publicly read aloud. If the documents required to be contained in Envelope No. 1 are not in order, Envelope No. 2 “Bid Proposal” will not be opened and the Bid will be considered non-responsive and will be returned to the Bidder.

A bidder may not withdraw its bid for a period of ninety (90) days after the bid opening date.

Bids shall be accompanied by a certified check or bid bond payable to Charles Town Utility Board in the form of a certified check, bank money order, or a Bid Bond (on the form included in the Bidding Documents) issued by a surety meeting the requirements of Paragraphs 6.01 and 6.02 of the General Conditions.

This contract is subject to the requirements of the West Virginia Jobs Act. Contractor shall provide the West Virginia Jobs Act Certification in accordance with Chapter 21 Article 1C of the West Virginia Code.

Contractor shall provide Bidders Certification Regarding Equal Employment Opportunity and Certification of Non-Segregated Facilities in accordance with President’s Executive Order 11264 (30 FR 12319-25). The Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor shall take affirmative action to ensure the applicants for employment are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, or national origin.

Contractor is required to provide the Drug Free Workplace Certification in accordance with WV Code 21-1D-5.

All Bidders are required to have a West Virginia Contractor’s License per Section §21-11-11 of the West Virginia Code.

This project is located within the City or Ranson. All bidders are required to have a City of Ranson Business License in accordance with Section 6-2 of the Ranson City Code.

Contractors and subcontractors debarred pursuant to Chapter 5A Article 3, Section 33 of the West Virginia Code are not eligible to bid on this project. The Contractor shall certify the contracting team’s eligibility to bid on the contract by including and executed copy of the Certification of Eligibility form, and by requiring each proposed Subcontractor to provide an executed Certification Regarding Debarment, Suspension, Ineligibility, or Voluntary Exclusion – Lower Tiered Covered Transaction form. Both forms are attached to the Bid Opening Checklist provided in the Instructions to Bidders. A pre-bid conference will be held at 11:00 A.M. local time on January 6, 2020 at Charles Town Utility Board 661 South George Street, Suite 101, Charles Town, West Virginia 25414. Attendance at the pre-bid conference is mandatory.

Bid security shall be furnished in accordance with the Instructions to Bidders. Bidders shall submit proof of qualifications to perform the Work as described in the Instructions to Bidders.

PROJECT MANUAL – Route 9 Sewer Project_V3_VIEWING ONLY

IFB_SPECS_2019-1211

ROUTE 9 SEWER_IFB_2019-1212

FOR INFORMATION ONLY- Route 9 Sewer Env-Geotech-Geophysical-AirTrack 2

12/11/2t