Fayette

Legal Notice

ADVERTISEMENT FOR BIDS

SMITHERS SANITARY BOARD
FAYETTE COUNTY, WEST VIRGINIA
PROPOSED
CONTRACT #1 – PHASE II SANITARY SEWER AND STORMWATER
SEPARATION PROJECT
THRASHER PROJECT #020-01410

Sealed bids for Phase II Sanitary Sewer and Stormwater Separation Project will be received, by the Smithers Sanitary Board, at the offices of The Thrasher Group, Inc. located at 300 Association Drive, Charleston, Kanawha County, West Virginia, until 2:00 p.m., L.P.T., on Thursday, November 4, 2021, for furnishing labor and materials and performing all Work set forth in the Contract Documents prepared by The Thrasher Group, Inc. Bids shall be mailed or hand delivered prior to the deadline. Immediately following the scheduled closing time for the reception of Bids, all proposals which have been submitted in accordance with the conditions of the Contract Documents will be publicly opened and read aloud and will be held via conference call, Call-in Number: 646-558-8656; Meeting ID Number: 864 9915 9352, and Zoom Meeting at the following address: https://us02web.zoom.us/j/86499159352 .

The approximate quantities of work to be bid upon are described as follows:

1 LS Mobilization/Demobilization; 1 LS Erosion and Sediment Control; 1 LS Videotaping of Project Area; 570 LF 24″ HDPE Storm Line; 305 LF 15″ HDPE Storm Line; 655 LF 14″ HDPE Storm Line; 275 LF 12″ HDPE Storm Line; 25 LF 10″ HDPE Storm Line; 950 LF 8″ PVC SDR 35 Gravity Sewer Line; 305 LF 6″ PVC SDR 35 Gravity Sewer Line; 1,165 LF 8″ D.I. Gravity Sewer Line; 260 LF 4″ PVC Service Lateral Piping; 175 LF 4″ DIP Service Lateral Piping; 85 LF 36″ Steel Casing (Bore & Jack); 125 LF 16″ Steel Casing (Bore & Jack); 25 LF 30″ Steel Casing (Open Cut); 35 LF 24″ Steel Casing (Open Cut); 25 LF 20″ Steel Casing (Open Cut); 25 EA 48″ Diameter Sanitary Manhole Base, Cone Top, Watertight Casting & Lid; 1 EA Remove & Replace 48″ Diameter Sanitary Manhole Base, Cone Top, Watertight Casting & Lid; 10 EA 48″ Diameter Storm Manhole Base, Cone Top & Lid; 1 EA Remove Existing Drop Inlet & Replace with 48″ Diameter Storm Manhole Base, Cone Top & Lid; 2 EA Regrout Existing Manhole; 10 EA New Drop Inlet; 15 EA Remove & Replace Drop Inlet; 35 VF 48″ Diameter Concrete Manhole Riser Pipe; 2 EA 8″ Gravity Terminal Line Cleanout; 1 EA 6″ Gravity Terminal Line Cleanout; 2 EA Connect to Existing Manhole; 1 EA Connect to Existing Drop Inlet, 25 EA Reconnect Customer Service Lateral; 1 LS Storm Sewer Outfall; 685 LF WVDOH Type “A” Trench Repair w/ Full-Width 2″ HMA Overlay; 240 LF WVDOH Type “B” Trench Repair; 85 LF WVDOH Type “C” Trench Repair; 40 LF Driveway Repair (Gravel); 210 LF Concrete Sidewalk Repair; 985 LF 2″ HMA Overlay; $4,549.50 WVDOH Inspection Fee Allowance; 65 LF Privacy Fence.

The Work will be substantially completed within 240 days after the date when the Contract Times commence to run, and completed and ready for final payment within 270 days after the date when the Contract Times commence to run. Liquidated damages shall be $1,000/day.

Contract Documents may be examined at the following places:

Smithers Sanitary Board The Thrasher Group Inc.
2 Greyhound Lane 300 Association Drive
Smithers, WV 25186 Charleston, WV 25311

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

Electronic sets sets of Bidding Documents may be obtained from QuestCDN.com for the following costs:

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

https://tinyurl.com/zu5z8553

Amounts paid are not subject to refund.

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 – Contract #1 – Phase II Sanitary and Stormwater
Separation Project
Received by Smithers Sanitary Board

Envelope No. 2 labeled “Bid Proposal” shall also 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 on page BOR – 1 of these contract documents. 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.

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.

NONDISCRIMINATION IN EMPLOYMENT

Bidders on this work will be required to comply with the President’s Executive Order No. 11246. The requirements for bidders and contractors under this order are explained in the specifications.

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.

Prospective Bidders should note that this contract will include the following critical requirements as identified in the contract documents:

1. Affirmative Action Program Requirements and Goals.
2. Certificate of Non-Segregated Facilities.
3. Specific Labor Standard Provisions.
4. WV Contract Licensing Act – All bidders are required to have a WV Contractor’s License per Section 21-11-11 of the WV Code.
5. American Iron and Steel Requirement – P.L. 113-76, Section 436.

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 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.

NOTICE OF FEDERAL WAGE REQUIREMENTS

Contractors are required to comply with all laws pertaining to prevailing wage rates for the federal wage rates issued in accordance with the Davis Bacon Act.

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

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.

West Virginia code 21-1d-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 include the Drug Free Workplace Certification in Envelope No. 1 will result in the disqualification of the Bid in question.

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 City of Smithers Sanitary Board, for an amount equal to five percent (5%) of the Total Bid.

Bidders must hold a current West Virginia contractor’s license on the date of Bid Opening.

Bids received after the scheduled closing time for the reception of Bids will be returned unopened to the Bidders. Bids Received by contractors that did not attend the Mandatory Pre-Bid Conference will be returned unopened to the Bidders.

The Smithers Sanitary Board reserves the right to reject any and all Bids.

A MANDATORY pre-bid conference will be held via conference call, Call-in Number: 304-935-0841; Phone Conference Number: 498 254 236#, and Microsoft Teams Meeting at the following address: https://tinyurl.com/SmithersPreBid on Wednesday, October 20, 2021 at 10:00 a.m., L.P.T.

Anne Cavalier, Mayor
Smithers Sanitary Board