Quantcast
Channel: Herald Dispatch Classifieds: Legal
Viewing all articles
Browse latest Browse all 10980

ADVERTISEMENT FOR BIDS SEALED...

$
0
0
ADVERTISEMENT FOR BIDS Sealed bids for the Huntington Stormwater Utility, Part 1: Memorial Park Slope Repair Project and Part 2: North Edgemont Slide Project will be received by the Huntington Stormwater Utility, 555 Seventh Avenue, Huntington, West Virginia 25701, until 2:00 P.M., L.P.T., on November 18, 2016 for furnishing labor and materials and performing all work set forth in the Advertisement for Bids, Information for Bidders, Bid and Bid Schedule (Form of Proposal and Unit Price Bid Form), Agreement, General Conditions, Supplementary Conditions, Federal Contract Provisions, Specification Special Conditions, Technical Specifications and Plans (Drawings) prepared by Potesta & Associates, Inc. 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 generally described as follows Part 1: Memorial Park Drive Slope Repair Project and Part 2: North Edgemont Slide Project. Construction time limit for the Contract is 180 consecutive calendar days. Drawings, Specifications and Contract Documents may be examined at the following places: The Contractor's Association of WV 2114 Kanawha Boulevard, East Charleston, West Virginia 25311 Huntington Stormwater Utility 555 Seventh Avenue Huntington, West Virginia 25701 Dodge Data & Analytics (members only) Dodge.bidding@ construction.com Contract documents may be obtained at Potesta & Associates, Inc. (POTESTA), 7012 MacCorkle Avenue, SE, Charleston, West Virginia 25304, telephone number (304) 342- 1400, facsimile number (304) 343-9031, upon payment of $150 for the set of documents. All checks shall be made payable to Potesta & Associates, Inc. Information for Bidders and Form of Proposal will be furnished upon request. The two envelope system will be used for bidding this project. Envelope No. 1 will contain the required bidder information as outlined in the Contract Documents and the Information for Bidders. Envelope No. 2 will contain the Form of Proposal only and be separate from Envelope No. 1. The two envelopes shall be held together with clips or rubber bands. 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: "ENVELOPE NO. 1 Bid on Part 1: Memorial Park Drive Slope Repair Project and Part 2: North Edgemont Slide Project to be opened at 2:00 P.M., L.P.T., on November 18, 2016. Bidder Information: Submitted by: (insert name and address of bidder)." ENVELOPE NO. 2: "ENVELOPE NO. 2 Bid on Part 1: Memorial Park Drive Slope Repair Project and Part 2: North Edgemont Slide Project to be opened at 2:00 P.M., L.P.T., on November 18, 2016. Bidder Information: Submitted by: (insert name and address of bidder)." Envelope No. 1 will be opened first and the Bid Bond, Power of Attorney, Certificate of Compliance and other pertinent and required documents 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 set of plans and specifications at no additional cost after the contract has been signed. Any additional plans or specifications that are requested will be provided at a cost of one hundred fifty dollars ($150.00) for the set of plans and specifications. Payment by either cash or check must be made upon delivery. Bids shall be accompanied by a certified check or bid bond payable to the Huntington Stormwater Utility in an amount not less than five percent (5%) of the base bid. A mandatory Pre-Bid Conference will be held at the Huntington Stormwater Utility office in Huntington, West Virginia on October 28, 2016 at 1:30 P.M. Bids received after the scheduled closing time for the reception of bids will be returned unopened to the bidders. The Huntington Stormwater Utility reserves the right to reject any and/or all bids. Bidders must comply with the President's Executive Order Nos. 11246 and 11375, which prohibit discrimination in employment regarding race, creed, color, sex, or national origin. Bidders must comply with Title VI of the Civil Rights Act of 1964, the Anti-Kickback Act, Section 3 Segregated Facilities, Section 109 and the Contract Work Hours Standard Act. Bidders must certify that they do not and will not maintain or provide for their employees any facilities that are segregated on the basis of race, color, creed, or national origin. Federal law prohibits discrimination on the ground of race, color, national origin, religion, age, handicap and sex in this project. Minority firms are particularly encouraged to participate. Bidders are required to have a WV contractor's license per Section 21-11-11 of the WV Code. "SUSPENSION AND DISBARMENT": 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. HUNTINGTON STORMWATER UTILITY BY: Sherry Wilkins, Director Huntington Stormwater Utility 555 Seventh Avenue Huntington, West Virginia 25701 LH-47183 10-14,21; 2016

Viewing all articles
Browse latest Browse all 10980

Trending Articles