Marshall, Ohio

Public Notice

ADVERTISEMENT FOR BIDS
MARSHALL COUNTY SCHOOLS
CAMERON
ELEMENTARY AND
HIGH SCHOOL
GENERATOR PROJECTS – ESSERF
McKINLEY
ARCHITECTURE +
ENGINEERING

Sealed Bids for the Project listed above, will be received by the Owner, Marshall County Schools at the Administration Offices of Marshall County Board of Education, 214 Middle Grave Creek Rd, Moundsville, WV 26041, until 1:00 pm local prevailing time on October 10, 2023, at which time and place all accepted bids will be publicly opened and read aloud. After opening, the bids will be compared as to quality, thoroughness, and cost by Marshall County Schools, and its Architect (McKinley Architecture and Engineering). In general, the Work of this bid package includes Installing (2) 1000 KW generators in parallel at Cameron High School. And (1) 800 KW at Cameron Elementary School. The generators have been pre purchased by the county along with the switch gear. The scope of the work will be to excavate those sites and install concrete foundations, install switchgear and generators. At the High School site there is an existing building to be removed from the location of the generators. All electrical and other general construction work required to facilitate as indicated in the Bidding Documents.
Electronic Copies of the Bidding Documents will be available as early as September 14th, from the office of the Architect, McKinley Architecture and Engineering, The Fort Henry Building, Suite 400, 1324 Chapline Street, Wheeling, WV 26003, telephone
304-233-0140;
Bidding Documents are being issued in electronic format (PDF) only and will be sent by the Architect to interested parties via file transfer email download only, upon payment of a non-refundable document access fee of $50.00. Only full sets of the Bidding Documents will be issued by the Architect. With payment of the $50.00 document access fee, the interested party will also be listed by the Architect as a registered bidding document holder. All Bidding Document requests for information, substitution requests and correspondence shall be submitted in writing and directed to the Architect’s administrative account, email
projects@mckinley
delivers.com.
Addenda will be issued by the Architect to registered bidding document holders only, who will automatically receive all addenda in electronic format (PDF) via file transfer email. Additional reproduced paper copies of the initially issued Bidding Documents and any subsequent addenda are also available from the Architect upon request by registered bidding document holders only, and upon payment of a non-refundable cost; contact the Architect for further information.
A MANDATORY Pre-Bid Meeting will be held at Cameron High School, 2012 Blue & Gold Road, Cameron, WV 26033, at 1:00 pm local prevailing time, for the purpose of familiarizing Bidders with bidding requirements and to consider questions regarding the Bidding Documents. A subsequent site visit following this meeting will occur. All potential Bidders are required to attend. Potential sub-bidders and material suppliers are also encouraged to attend.
The Bidding Documents are being provided to the following plan rooms, and depending on access restrictions of each entity, bidders may examine electronic versions Bidding Documents at these locations.
Ohio Valley Construction Employers Council:
Wheeling, WV;
304-242-0520; www.ovcec.com

Construction Employers Assoc; White Hall, WV
304-367-1290; www.ceawv.com/

Dodge Reports; www.construction.com

Contractors Assoc. of West Virginia; Charleston, WV;
304-342-1166; www.cawv.org/

Parkersburg-Marietta Contractor’s Association; Parkersburg, WV;
304-485-6485; www.gopmca.com/

Pennsylvania Builders Exchange; Pittsburgh, PA; 412-922-4200;
http://home.pbe.org/

iSQFT; Cincinnati, Ohio; 800-364-2059; https://go.isqft.com

A Bid Bond executed by the Bidder and issued by a surety company approved by and in favor of 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 accepted Bid shall be waived or returned because the Bidder failed to or cannot comply with all requirements as set forth in Bidding Documents. Further, the successful bidder will be required to furnish and pay for a satisfactory 100% Performance and Labor and Material Payment Bond in the amount of the contract price.
Bids may not be withdrawn for a period of ninety (90) days without the consent of the Owner.
All Bidders and sub-bidder(s) as Contractor and Subcontractor(s) are required to utilize “local labor” pursuant to Chapter 21-Article 1C, the “West Virginia Jobs Act.”
Pursuant to Chapter 21-Article 11 of the “West Virginia Contractor Licensing Act” of 1991, all Contractors doing business in West Virginia must be licensed to perform work in the State; the Contractor’s WV License number must be affixed to all submitted construction bids and fully executed and binding construction contracts or agreements.
The work of the project is partially funded by Federal Grant and as such is subject to compliance with the following Federal requirements as further stipulated in the Bidding Documents: 1) Davis Bacon Act. (40 U.S.C. 3141 3144, and 3146 3148); 2) The Equal opportunity clause provided under 41 CFR 60 1.4(b), contractors will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin; 3) The Contract Work Hours and Safety Standards Act (40 U.S.C. 3701 3708); the Clean Air Act (42 U.S.C. 7401 7671Q); the Federal Water Pollution Control Act (33 U.S.C. 1251 1387); Byrd Anti Lobbying Amendment (31 U.S.C. 1352); and section 6002 of the Solid Waste Disposal Act; and 4) As appropriate and consistent with law and to the greatest extent possible the Domestic Preferences for Procurements (2 Cfr Section 200.323) and Small and Minority Businesses, Women’s Business Enterprises, and Labor Surplus Area Firms (2 Cfr Section 200.321) are preferred; 5) Contract award (see 2 CFR 180.220) will not be made to parties listed on the government wide exclusions in the System for Award Management (SAM).
To the extent permitted by state law, the Owner reserves the right to reject any and all bids, and to make selections from the bids that are solely in its own best interest.
Int. Sep 14, 2023