Pendleton

Invitation for Bids – Town of Franklin

INVITATION FOR
BIDS
TOWN OF FRANKLIN
PENDLETON
COUNTY,
WEST VIRGINIA
CONTRACT NO. 1:
WATER
TREATMENT
SYSTEM
IMPROVEMENTS
CONTRACT NO. 3:
HANOVER WATER STORAGE TANK REPAINTING

Sealed bids for the construction of Contract No. 1: Water Treatment System Improvements and/or Contract No. 3: Hanover Water Storage Tank Repainting will be received by the Town of Franklin located at 305 N. High Street, Pendleton County, Franklin, West Virginia 26807, for furnishing labor, materials, and performing all the work set forth in the Form of Proposal. Bids will be opened at 2:00 P.M., L.P.T., December 15, 2022. Immediately following the scheduled closing time for the reception of bids, all proposals which have been submitted in accordance with the conditions of this project will be publicly opened and read aloud.

The work to be bid upon is described as follows:

Contract No. 1: The work to be bid upon is described as follows: Contract No. 1 consists of work on the modifications to the existing water treatment facility as shown on the plans and described in the detail specifications including but not limited to: Modifications to the existing spring box, existing pre-sedimentation basins, refurbishment of existing sand filters and controls, new backwash pump, replacement of plant instrumentation; existing backwash tank modifications; modification to existing secondary raw water source; replace chemical feed systems; two new 40,000 gallon clearwell tanks; plant building modifications, HVAC modifications; new system and plant telemetry; site electrical & site grading; sludge disposal system; electrical modifications; emergency generator with transfer switch; yard piping; vacuum trailer; 50 tons special fill material, CIP; 2 field offices, preconstruction video, site sign, erosion and sediment control and all other appurtenances shown on the plans or detailed in the specifications that are necessary for a complete and operable water system improvements project.

The total construction time for Contract No. 1 is limited to four hundred fifty-five (455) consecutive calendar days from the date specified in the contract documents.

Contract No. 3: Consists of 1 LS Hanover Tank (nominal 300,000 gallon capacity) – sandblast, remove and dispose of existing lead-based paint and blast sand inside and out, repaint tank, sandblast and repaint valve vault cover and piping and all support structures, clean interior of tank and remove and dispose of accumulated settlements, make repairs and additions as noted on plans, make patches and pit repairs as noted on plans, restore site, flush and disinfect repainted tank, provide complete skirting during blasting and painting operations, install overflow piping, complete in place as shown on the plans and described within the specifications; 1 LS Preconstruction Video, Complete & Delivered to Owner and 1 LS Mobilization / Demobilization and all other appurtenances shown on the plans or detailed in the specifications that are necessary for a complete and operable water storage tank repainting project.

The total construction time for Contract No. 3 is limited to two hundred seventy (270) consecutive calendar days from the date specified in the contract documents.

OBTAINING THE
BIDDING DOCUMENTS

Information and Bidding Documents for the Project can be found at the following designated website:

QuestCDN: https://tinyurl.com/zu5z8553

or

www.thethrashergroup.com

Bidding Documents may be downloaded from the designated website. Prospective Bidders are urged to register with the designated website as a plan holder, even if Bidding Documents are obtained from a plan room or source other than the designated website in either electronic or paper format. The designated website will be updated periodically with addenda, lists of registered plan holders, reports, and other information relevant to submitting a Bid for the Project. All official notifications, addenda, and other Bidding Documents will be offered only through the designated website. Neither Owner nor Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the designated website.

The Issuing Office for the Bidding Documents is:

Dunn Engineers, Inc.
Part of The Thrasher
Group, Inc.
400 South Ruffner Road
Charleston, WV 25314

Prospective Bidders may obtain or examine the Bidding Documents at the Issuing Office on Monday through Friday between the hours of 7:00 am to 5:00 pm and may obtain copies of the Bidding Documents from the Issuing Office as described below.

Printed copies of the Bidding Documents may be obtained from the Issuing Office by paying the amount of each set listed below.

Bidding Documents may be purchased from the Issuing Office during the hours indicated above. Cost does not include shipping charges. Upon Issuing Office’s receipt of payment, printed Bidding Documents or electronic documents will be transmitted to the prospective Bidder. The shipping charge amount will depend on the shipping method requested. Bidding Documents are available for purchase in the following formats:

Bidding Documents issued as hard copy full-size drawings and hard copy specifications, are available for $350.00 per set (Contract No. 1) and $200 per set (Contract 3).

Bidding Documents issued as digital drawings and digital specifications, are available for $30.00 per set via the following link:

QuestCDN: https://tinyurl.com/zu5z8553

Amounts paid are not subject to refund.

Partial sets of Bidding Documents will not be available from the Issuing Office. 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.

Bidding Documents also may be examined at:

Town of Franklin
305 N. High Street
Franklin, WV 26807

Dunn Engineers, Inc.
Part of The Thrasher
Group
400 South Ruffner Road
Charleston, WV 25314

The Contractor’s
Association of WV
2114 Kanawha
Boulevard, East
Charleston, West Virginia
25311

The two-envelope system will be used for bidding this project. Envelope No. One (1) will contain the required bidder information as outlined on the Bidder’s Opening Requirement Checklist in the Contract Documents. Envelope No. Two (2) will contain the Form of Proposal only and be separate from Envelope No. 1. Both sealed envelopes containing the Bidder Information and Form of Proposal must have the following information clearly printed or typed on the front lower left-hand corner of each envelope:

Envelope No. 1: Bid on the Contract No. (Insert which Contract No. you are bidding on). Contract No. 1: Water Treatment System Improvements and/or Contract No. 3: Hanover Water Storage Tank Repainting for the Town of Franklin. Pendleton County, WV to be opened at 2:00 P.M., L.P.T., December 15, 2022.
Bidder Information: Submitted by: (insert name & address of bidder)
WV Contractor’s License No. ______.

Envelope No. 2: Bid on the Contract No. (Insert which Contract No. you are bidding on). Contract No. 1: Water Treatment System Improvements and/or Contract No. 3: Hanover Water Storage Tank Repainting for the Town of Franklin, Pendleton County, WV to be opened at 2:00 P.M., L.P.T., December 15, 2022.
Form of Proposal: Submitted by: (insert name & address of bidder)
WV Contractor’s License No. _____.

Envelope No. 1 will be opened first and the Bid Bond, Power of Attorney, Certificate of Compliance and other pertinent/required documents as listed on the Bidder’s Opening Requirements Checklist will be checked to make sure that all documents are in order. If the documents are found to be in order, Envelope No. 2 containing the Form of Proposal will then be opened and publicly read aloud. If the documents from Envelope No. 1 are not in order, Envelope No. 2 containing the Form of Proposal will not be opened and the bid will be considered non-responsive and will be returned to the Bidder.

The successful low bidder will be provided four (4) complete sets of plans and specifications at no additional cost after the contract has been signed. Any additional sets of plans and detail specifications that are requested will be provided at a cost of (Contract No. 1): $350.00 and/or (Contract No. 3): $200.00. Payment by either cash or check must be made upon delivery.

NONDISCRIMINATION IN EMPLOYMENT

Bidders on this work will be required to comply with the President’s Executive Order 11246. The requirements for Bidders and Contractors under this order are explained in the Specifications.

A Bidder may not withdraw his bid for a period of ninety (90) days after the date set for the opening of bids.

Bids shall be accompanied by a certified check or bid bond payable to the Town of Franklin, Pendleton County, West Virginia, in an amount not less than five percent (5%) of the base bid.

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 30-42-12 of the WV Code. The prospective bidder’s license number must be included in the Envelope No. 1 as per the Bid Opening Checklist. All subcontractors shall furnish their WV Contractor’s License number to the prime contractor prior to award of the contract.

Bids received after the scheduled closing time for the reception of bids will be returned unopened to the bidder(s).

The Town of Franklin reserves the right to reject any and all bids

SUSPENSION AND
DEBARMENT

Recipient shall not entertain the use of businesses that are listed on the “Excluded Parties List System at www.epls.gov in accordance with 2 CFR Part 1532 and Subpart B and C of 2 CFR Part 180.

MANDATORY PRE-BID
CONFERENCE

All prospective bidders must attend a MANDATORY Pre-Bid Conference to be held at the Town of Franklin’s Office located at Town of Franklin’s water treatment plant, located at 1072 Dry Run Rd, Franklin, WV 26807, at 1:00 P.M., L.P.T., on November 15, 2022. Bids will not be accepted from Bidders that do not attend the mandatory pre-bid conference.

DBE REQUIREMENTS

Each Bidder must fully comply with the requirements, terms, and conditions as set forth in the contract documents to achieve Disadvantaged Business Enterprise (DBE) participation during the performance of this contract. The bidder commits itself to the program for DBE participation and all other requirements, terms, and conditions of the bid conditions by submitting a properly signed bid.

The bidder agrees to make good faith efforts to sub-contract a portion of the total value of the contract to Disadvantaged businesses. This shall be done in compliance with the six (6) good faith efforts as outlined in 40 CFR 31.36(e). Failure to demonstrate positive efforts to do so may lead to rejection of bids. For the purpose of this program, the term “subcontractor” includes all construction, modification, and service work contracted for by the bidder in the execution of the work under this contract.

This Advertisement is issued by:

Owner: Town of Franklin
By: Wayne Robert Horan
Title: Mayor
Date: November 1, 2022
11-3-2c