Similar Projects
Last Updated | 07/24/2023 01:06 PM |
Project Title | Lens Creek Sewer Extension - Phase 1 |
Physical Address | View project details and contacts |
City, State (County) | Hernshaw, WV 25107 (Kanawha County) |
Category(s) | Heavy and Highway, Sewer and Water |
Sub-Category(s) | Lift and Pump Stations, Site Development, Water Lines |
Contracting Method | Competitive Bids |
Project Status | Results, Construction start expected September 2023 |
Bids Due | View project details and contacts |
Estimated Value | $17,964,000 [brand] Estimate |
Plans Available from | Civil Engineer |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | **As of July 22, 2023, this project has not yet been awarded. A timeline for award has not yet been established. Kanawha Public Service District (Owner) is requesting Bids for the construction of the following Project: Lens Creek Sewer Extension Contract No 2021-01 The Project includes the following Work: Contract No. 2021-01: Lens Creek Sewer Extension Installation of approximately 3,500 LF of 10 PVC, 100 LF of 10 DIP, 24,500 LF of 8 PVC, 2,850 LF of 8 DIP, 11,000 LF of 6 PVC, 8620 LF of 4 PVC sewer lateral, 241 manholes, 1 pump station, 3,500 LF of 8 PVC force main, 5,000 LF of 8 pipe installed by pipe bursting, 19,500 LF of 6 PVC force main, replacement of pumps at the Winifrede Pump Station and other appurtenances necessary to complete this project. Contract No. 2021-02: Wastewater Treatment Facility Improvements Headworks improvements including a new grit removal channel and mechanical fine screen, replacement of the existing UV units, installation of a new UV units and other appurtenances necessary to complete this project. Additive Alternate A Item 1A includes the installation of a new non-potable wash water pump station, controls and hydro-pneumatic tank. Additive Alternate A Item 1B includes the installation of a peracetic acid contact tank and peracedic acid dosing system. Separate Bids will be received for the following Contracts: Lens Creek Sewer Extension - Contract No. 2021-01 Wastewater Treatment Facility Improvements - Contract No. 2021-02 The Project has an expected duration of 365 days. Upon Issuing Office's receipt of payment, printed Bidding Documents or electronic documents on compact disk will be sent via the prospective Bidder's delivery service. The shipping charge amount will depend on the shipping method chosen. The system shall consist of two separate and distinct envelopes each with proper identification. The envelopes shall be identified as "Bid Opening Requirements" (first envelope) and the other as "Bid Proposal" (second envelope). The first envelope must be submitted in a sealed envelope containing Bid Bond, Certificate of Compliance, Power of Attorney, and all other necessary documents as specified in the Bidder's Checklist. The second envelope must be a separate sealed envelope containing the Form of Proposal for the contract that is being bid. Both the first envelope and second envelope must have the following information in the lower left-hand corner: Name and Address of Bidder, Bid for Contract No. 2021-01 - Lens Creek Sewer Extension, or Contract No. 2021-02 - Wastewater Treatment Facility Improvements, Opening Time 2:00 P.M., on July 19, 2023. The first envelope will be opened first and Bid Bond, Power of Attorney and Certificate of Compliance and other required documents as listed on the Bidder's Checklist will be checked to make sure that all the documents are in order. If the documents are found to be in order, the second envelope containing the Bid will be opened and publicly read aloud. If the documents are not in order, then the second envelope shall be returned to the Bidder unopened. At that time, the Engineer will declare the bidder non-responsive. For all further requirements regarding bid submittal, qualifications, procedures, and contract award, refer to the Instructions to Bidders that are included in the Bidding Documents. Bid Hold Bids will be held for a period of 90 days after bid opening. American Iron and Steel Section 746 of Title VII of the Consolidated Appropriations Act of 2017 (Division A - Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2017) and subsequent statutes mandating domestic preference applies an American Iron and Steel requirement to this project. All iron and steel products used in this project must be produced in the United States. The term "iron and steel products" means the following products made primarily of iron or 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. USACE Section 571 Environmental Infrastructure Project The construction of this project will be funded in part with funds made available from the Federal Government through the US Army Corps of Engineers Section 571 program. Bidders must comply with all applicable laws and regulations for construction projects receiving Federal aid including, but not limited to, the Civil Rights Act of 1964, the Contract Work Hours and Safety Standards Act, and the Davis-Bacon Act as amended. Federal Wage Requirements Contractors are required to comply with all laws pertaining to prevailing federal wage rates issued in accordance with the Davis Bacon Act. The contractor will be required to pay the federal wage rates appropriate for each worker classification. 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. 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. DBE Requirements - Fair Share Goals Bidders on this work will be required to make "positive efforts" to subcontract at least 7% (2% MBE 5% WBE) of the total value of the contract. The fair share objective shall be obtained in conformance with the six (6) affirmative steps as outlined in the West Virginia Clean Water State Revolving Fund (CWSRF) and Special Appropriation Project (SAP) Disadvantaged Business Enterprise (DBE) Utilization. Contact information and submittal procedures for such questions are as follows: A. Eric Hartwell, New River Engineers, Inc. (304) 342-7168 Questions may be submitted via email to eth@nreiwv.com |
||||||||||||||||||||||||||||||||||||||||||||||
Details |
|
||||||||||||||||||||||||||||||||||||||||||||||
Bidder's List | View project details and contacts | ||||||||||||||||||||||||||||||||||||||||||||||
Prospective Bidders | View project details and contacts | ||||||||||||||||||||||||||||||||||||||||||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |