Kanawha

Legal Notices

ADVERTISEMENT FOR BIDS The Sanitary Board of the City of Charleston 208 26th Street, West Charleston, WV 25387-1818 Sealed Bids for the Woodward Branch Sanitary Sewer Improvements, Contract 18-3B, Phase 2, will be received by The Sanitary Board of the City of Charleston (OWNER) at its office located at 208 26th Street, West; Charleston, West Virginia 25387-1818 until 11:00 a.m. (local time), August 31, 2021, and then at said office publicly opened and read aloud. Any Bids received after the above time and date will be returned unopened to the Bidder. No conditional Bids will be accepted. Bids shall be submitted at the time and place indicated in this Advertisement for Bid. The two-envelope system will be used for the bid opening procedure for this Contract. The Bidder shall be required to submit two separate and distinct envelopes. The first envelope shall be identified as “Bid Opening Requirements” and the second envelope as “Bid Proposal and Other Required Forms”. Both envelopes shall be submitted in a single, large envelope labeled with the Bidder’s name, address, Contract name, and Contract number. If the Bid is sent through the mail or other delivery system, the single, large envelope shall include the notation “BID ENCLOSED” on the face of it. Bids delivered via mail or other delivery system must be delivered by the above stated date and time of the Bid Opening. The work covered by the Contract Documents includes the following: Contract 18-3B, Phase 2, Woodward Branch Sanitary Sewer Improvements Work associated with this contract area generally includes 13,000 linear feet of 6″, 8″, and 10″ gravity sewer replacements and house service pipe; 64 manholes; 184 lampholes/cleanouts; and 151 customer service replacements, CIPP lining of 1,500 linear feet of 6″ and 8″ sanitary sewer; rehabilitation of 4 existing manholes, together with necessary appertaining work.. The Bidding Documents may be examined at: The Sanitary Board of the City of Charleston 208 26th Street, West Charleston, WV 25387-1818 Burgess & Niple, Inc. 4424 Emerson Avenue Parkersburg, WV 26104 McGraw-Hill Construction (Dodge) http://dodgeprojects.construction.com/ (877) 784-9556 ISqFt http://www.isqft.com/ 877-502-9070 Contractor’s Association of West Virginia 2114 Kanawha Blvd, E Charleston, WV 25311 Copies of the Bidding Documents may be purchased from the Issuing Office of the Engineer as follows: Burgess & Niple, Inc. 4424 Emerson Avenue Parkersburg, WV 26104 upon payment of $150.00, NONE OF WHICH WILL BE REFUNDED. Prospective Bidders may address written inquiries to: Burgess & Niple, Inc. 4424 Emerson Avenue Parkersburg, WV 26104 (304) 485-8541 Phone (304) 485-0238 Fax Attention: Craig Richards, PE or Mike Spear e-mail: [email protected] or [email protected] 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. Certification 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, and 5. American Iron and Steel Requirement – P.L. 113-76, Section 436 6. West Virginia Code 21-1D-5, which is the WV Alcohol and Drug Free Workplace Act. 7. Contract Times shall be 330 calendar days for substantial completion and 360 calendar days for final completion. The Owner will assess Liquidated damages of $2,000 for each day beyond the Contract Times. Bidders on this work will be required to comply with the President’s Executive Order No. 11246. The requirements for bidders and contractor under this order are explained in the Contract Documents. Successful Bidder shall be required to comply with all laws pertaining to the federal wage rates issued in accordance with the Davis-Bacon Act. 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 subdivision in which the Work is to be performed. Attention to the BIDDERS is called to the Instructions to Bidders, which are included in the Contract Documents. Bids shall be completed and properly executed in accordance with the Instructions to Bidders. 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. It shall be understood that the Owner shall not entertain the use of businesses or Contractors 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. A Bid Bond executed by the Bidder and a Surety Company approved by the Owner, in the amount equal to five percent (5%) of the Bid, shall be submitted with each Bid, to guarantee the Bidder’s entrance into a Contract, if given the award. No Bid may be withdrawn for a period of ninety (90) days after the time of the opening of the Bids. A pre-bid conference will be held at the Owner’s office located at 208 26th Street, West at 10:00 a.m. (local time) August 12, 2021. After the portion of the pre-bid conference held at the Owner’s office is complete, the conference will continue with a field visit to project sites. ATTENDANCE BY ALL BIDDERS AT BOTH THE OFFICE AND FIELD PORTIONS OF THE PRE-BID CONFERENCE IS MANDATORY, and will be recorded with an attendance sheet signature at both locations. The Owner reserves the right to withdraw this Advertisement for Bids and reserves the right to terminate the bidding process. The Owner reserves the right to reject any and all Bids and is not necessarily bound to accept the lowest Bid, if Owner determines that Bid is contrary to the best interest of the Owner. The Owner reserves the right to waive any informalities or irregularities in the Bidding. By The Sanitary Board of the City of Charleston. This 27th day of July, 2021. Steve Cooper General Manager LC-114074 07-27/08-03;2021