Morgan

ADVERTISEMENT FOR BIDS TOWN OF PAW PAW PHASE I – WASTEWATER TREATMENT PLANT AND PUMP STATION IMPROVEMENT PROJECT PHASE II – COLLECTION SYSTEM IMPROVEMENT PROJECT

ADVERTISEMENT FOR BIDS

TOWN OF PAW PAW PHASE I –

WASTEWATER TREATMENT PLANT AND PUMP STATION IMPROVEMENT PROJECT PHASE II –

COLLECTION SYSTEM IMPROVEMENT PROJECT

 

TOWN OF PAW PAW (Owner) is requesting Bids for the construction of the following Project:
PHASE I – WASTEWATER TREATMENT PLANT AND
PUMP STATION IMPROVEMENT PROJECT
PHASE II – COLLECTION SYSTEM IMPROVEMENT PROJECT
Which will be received at the Paw Paw Volunteer Fire Company located at 44 Moser Avenue, Paw Paw, WV 25434, until:
CONTRACTDATETIME
PHASE I – WWTP & PSWednesday, March 13, 20241:00 p.m.
IMPROVEMENT PROJECT
PHASE II – COLLECTION SYSTEMWednesday, March 13, 20242:00 p.m.
IMPROVEMENT PROJECT
At that time the Bids received will be “publicly” opened and read.
The Project includes the following work:
Phase I – Wastewater Treatment Plant & Pump Station Improvement
Project
Bids for furnishing all labor, materials, equipment and performance of work for the Paw Paw Sewer Treatment Facility to upgrade the plant. Major items include dredging of the existing lagoons, installation of surface aerators, outfall improvements, yard piping replacement, pump station basket replacement, chlorine building improvements and various existing building upgrades and all other appurtenances and incidentals to complete the work as more fully shown in the Plans and Specifications prepared by Rummel, Klepper & Kahl, LLP.
Phase II – Collection System Improvement Project
Bids are for furnishing all labor, materials, equipment and performance of work for improvements to and rehabilitation of the Town of Paw Paw Sanitary Sewer Collection System. Major items include manhole lining, manhole replacement, sewer lining, sewer replacement and all other appurtenances and incidentals to complete the work as detailed in the contract documents and specifications prepared by RK&K LLP.
Owner and Engineer anticipates that the bid price for each Phase will be approximately:
CONTRACTAMOUNT
PHASE I – WWTP & PS IMPROVEMENT PROJECT $2,278,000
PHASE II – COLLECTION SYSTEM IMPROVEMENT PROJECT $2,541,000
The Project has an expected duration:
CONTRACT TIMES & LIQUIDATED DAMAGES
CONTRACT #SUBSTANTIALFINALLIQUIDATED
COMPLETIONPAYMENTDAMAGES
PHASE I270300$1,000.00
PHASE II270300$1,000.00
This Project will use the two-envelope system for each Contract in the bidding process.
The Issuing Office for the Bidding Documents is:
RK&K, LLP
159 Plaza Drive
Keyser, WV 26726
Prospective Bidders may examine the Bidding Documents at the Issuing Office on Monday through Friday between the hours of 8:00 a.m. and 4:00 p.m. Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including addenda, if any, obtained from sources other than the Issuing Office.
Digital copies of the CONTRACT DOCUMENTS will be available via a link upon request from the Contractor free of charge by contacting the Engineer’s Office at 304-788-3370.
Should the Contractor wish to have printed copies of the Bidding Documents, they may be obtained from the Issuing Office for a non-refundable payment of:
CONTRACTAMOUNT
PHASE I – WWTP & PS Improvement Project $350.00
PHASE II – Collection System Improvement Project $300.00
Cost does not include shipping charges. Upon Issuing Office’s receipt of payment, printed Bidding Documents and electronic documents on thumb drive will be sent via the prospective Bidder’s delivery service. The shipping charge amount will depend on the shipping method chosen by the Bidder.
A mandatory pre-bid conference for the Project will be held on:
CONTRACTDATETIME
PHASE I – WWTP & PSWednesday, February 28, 20241:00 p.m.
Improvement Project
PHASE II – Collection SystemWednesday, February 28, 20242:00 p.m.
Improvement Project
Attendance at the pre-bid conference is required. Bidders not attending pre-bid will not be eligible to bid on this project.
The CONTRACT DOCUMENTS may be examined at the following locations:
Town of Paw Paw Dodge Data and Analytics
122 Winchester Street 2860 S State Hwy 161, Suite 160 #501
Paw Paw, WV   25434 Grand Prairie, TX   75052-7361
RK&Kl LLP Altoona Builders Exchange
159 Plaza Drive 1927 Union Avenue
Keyser, WV  26726Altoona, PA 16601
Contractors Association of West Virginia Construct Connect
2114 Kanawha Blvd., East 30 Technology Parkway, Suite 100
Charleston, WV 25311 Norcross, GA 30092
Construction Employers Association Pennsylvania Builders Exchange
2611 Fairmont Avenue 1813 North Franklin Street
Fairmont, WV  26554 Pittsburgh, PA   15233
A five percent (5%) Bid Bond or certified cashier’s check must accompany all Bids.
Any contract or contracts awarded under this invitation for bids are expected to be funded in part by grants and loans from the: West Virginia Department of Environmental Protection State Revolving Fund Neither the United States, the State of West Virginia nor any of their departments, agencies or employees are or will be a party to this invitation to bid or any resulting contract.
NOTICE OF FEDERAL WAGE REQUIREMENTS
Contractors are required to comply with all laws pertaining to federal wage rates as issued in accordance with the Davis Bacon Act. The contractor will be required to pay the federal wage rates appropriate for each worker classification.
AMERICAN IRON AND STEEL REQUIREMENT
P.L. 113-76, Consolidated Appropriations Act, 2014 (Act), includes an “American Iron and Steel (AIS)” requirement in section 436 that requires Clean Water State Revolving Loan Fund (CWSRF) and Drinking Water State Revolving Loan Fund (DWSRF) assistance recipients to use iron and steel products that are produced in the United States for projects for the construction, alteration, maintenance or repair of a public water system or treatment works. The term “iron and steel projects” means the following products made primarily of iron and steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints valves, structural steel, reinforced precast concrete and construction materials. The De Minimis and minor components waiver (add project specific waivers as applicable) apply to this contract.
NONDISCRIMINATION IN EMPLOYMENT
Bidders on this work will be required to comply with the President’s Executive Order No. 11246, which prohibit discrimination in employment regarding race, creed, color, sex, or national origin.  The requirements for bidders and contractors under this order are explained in the specifications.
DBE REQUIREMENTS
Each Bidder must fully comply with the Disadvantage Business Enterprises and Affirmative Action Requirements, as identified in the contract documents.
The bidder agrees to make “positive efforts” to subcontract a portion of the total value of the contract to Disadvantaged Business Enterprises. This shall be done in compliance with the six (6) affirmative steps as outlined in 40 CFR 33.240. Failure to demonstrate positive efforts to do so may lead to rejection of bids. For this program, the term “subcontract” includes all construction, modification and service work contracted for by the bidder in the execution of the work under this contract.
SUSPENSION AND DEBARMENT
Recipient shall not entertain the use of businesses that are listed on the “System for Award Management (SAM)” at www.sam.gov in accordance with 2 CFR Part 1532 and Subpart B and C of 2 CFR Part 180.
WV ALCOHOL AND DRUG FREE WORKPLACE ACT
West Virginia Code 21-ID-5 Provides that any solicitation for a public improvement construction contract requires each vendor that submits a bid for the work to submit at the same time an affidavit of compliance with the bid.  The enclosed Drug-Free Workplace Affidavit must be signed and submitted in the first envelope as evidence of the vendor’s compliance with the provisions of Article 1D, Chapter 21 of the West Virginia Code.  Failure to submit the signed Drug-Free Workplace Affidavit in the first envelope shall result in Disqualification of such Bid.
CONTRACTORS LICENSE
All Bidders are required to have a West Virginia Contractor’s License per Section §30-42-12 of the West Virginia Code.  Per the requirements of the Article 21-11-11 of the Code of the State of West Virginia, any Contractor submitting a Bid on this project hereby certifies, indicates, and acknowledges that he/she has a Contractor’s license from the State of West Virginia and meets all the qualifications required by the statutes of the state and location in which the Work is to be performed.
CONTRACTOR’S SALE TAX EXEMPTION
“The Town of Paw Paw is exempt from West Virginia Sales Taxes and, by West Virginia Code §30-42-12, can now extend this tax exemption to Contractors supplying goods on their behalf. The Contractor shall coordinate with the Town of Paw Paw the filing of any and all applications to the State of West Virginia, exempting the purchase of the specified Goods from West Virginia Sales Tax and hereby agrees to include the savings from such sales tax exemption in its total base bid.”
Compliance with all other applicable federal and state regulations is required.
The Town of Paw Paw reserves the right to waive any informality in the Bid and to reject any or all Bids.
This Advertisement is issued by:
Owner: Town of Paw Paw
Date: February 14, 2024
Project Engineer:
RK&K, LLP
159 Plaza Drive
Keyser, WV 26726