RE: City of Summersville, Glade Creek Phase llb

Similar documents
ENTER INTO CONTRACT WITH JOHN R JURGENSEN FOR FY2012 SOUTH LEBANON MASON-MORROW-MILLGROVE ROAD CDBG PHASE II PROJECT

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 2

INVITATION TO BID. * EA Mounted) 24 Detector Card (NEMA TS-2) * EA 25 Concrete Curb Ramp *848 5 EA

ADDENDUM NO. 3 PROJECT: COURTLAND PUMP STATION CONTRACT: IFB NO COM.00030

September 6, 2018 CITY OF BERKELEY SHATTUCK RECONFIGURATION AND PEDESTRIAN SAFETY PROJECT SPECIFICATION NO C ADDENDUM NO.

SECTION - II BID DATA SHEET

BOARD OF COUNTY COMMISSIONERS WARREN COUNTY, OHIO 406 Justice Drive, Lebanon, Ohio warren.oh.

ADDENDUM # 01. Date: March 16, District- Wide Grease Trap Pumping Services. RFQ Number:

10930 W. Sam Houston Parkway N., Suite 900

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR WELL MAINTENANCE SERVICES ADDENDUM NO.

COMMERCIAL / INDUSTRIAL APPLICATION FOR PLAN EXAMINATION AND BUILDING PERMIT

HAMMEL ASSOCIATES ARCHITECTS, LLC 2 5 E A S T G R A N T S T R E E T, S U I T E L A N C A S T E R, P E N N S Y L V A N I A

BID TABULATION SUMMARY Project: CONTRACT 3 SANITARY SEWER REPLACEMENTS Bid Date: Wednesday, January 10, :00 PM

A Bill Regular Session, 2017 HOUSE BILL 1926

JUNE 27, 2016 ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS SYRACUSE HANCOCK INTERNATIONAL AIRPORT CULVERT REPLACEMENT FOR RUNWAY 28 APPROACH ACCESS ROAD

PINELLAS COUNTY CONSTRUCTION LICENSING BOARD

The enclosed information is provided for consideration in the preparation of your response to the abovereferenced

P.S.C. NO. 3 ELECTRICITY LEAF: 190 ORANGE AND ROCKLAND UTILITIES, INC. REVISION: 2 INITIAL EFFECTIVE DATE: August 1, 2017 SUPERSEDING REVISION: 1

New York University University Policies

CITY OF RICE LAKE COUNTY OF ST. LOUIS ORDINANCE NO. 52 AN ORDINANCE REGULATING SMALL CELL WIRELESS FACILITIES IN THE PUBLIC RIGHT-OF-WAY.

Before the FEDERAL COMMUNICATIONS COMMISSION Washington, DC ) ) ) ) ) ) ) ) ) ) ) PETITION FOR ETC DESIGNATION OF HUGHES NETWORK SYSTEMS, LLC

ADDENDUM #1. April 29, 2009

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY P.O. Box East Shore Road Jamestown, Rhode Island Invitation to Bid Request for Proposals

Answer: Qualification statement should be provided with the bid.

Reading Area Water Authority Board Meeting Thursday September 29, 2016

Certificate by the Architect: Certified that no addition and deletion has been made to the tender documents downloaded from the IIT Madras web site.

CITY AND COUNTY OF SAN FRANCISCO PUBLIC UTILITIES COMMISSION WASTEWATER ENTERPRISE

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

SPECIFICATIONS PROPOSAL & BID DOCUMENT

LIMITED LICENSE QUALIFICATION APPLICATION

WATER MAIN ALONG ENTRANCE TO ENCINO PS / HWY 281 TO ENCINO TANK Solicitation Number: CO Job No.:

[Investment Company Act Release No ; ] New Mountain Finance Corporation, et al.; Notice of Application

List of Figures. List of Forms

SECTION 2 GENERAL REQUIREMENTS

ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS DATED JULY 2017 FLORIDA GOVERNMENTAL UTILITY AUTHORITY PROJECT NO.

VINTAGE ORIGINAL ART MURAL REGISTRATION PROCESS

CLARK COUNTY FIRE CODE AMENDMENTS

LEBANON BOARD OF EDUCATION, LEBANON, CONNECTICUT REQUEST FOR PROPOSALS FOR LYMAN MEMORIAL HIGH SCHOOL BOYS LOCKER ROOM 2/24/2017

SECTION ADDENDA EL DORADO IRRIGATION DISTRICT CARSON CREEK 2 LIFT STATION ADDENDUM NO. 1 JULY 12, 2017

REQUEST FOR QUOTATION INVITATION

P.L. 1999, CHAPTER 258, approved October 15, 1999 Assembly, No (First Reprint)

Request for Quotation (RFQ)

CITY OF ROHNERT PARK CITY COUNCIL AGENDA REPORT

MPA Project No. M545-C2 Project Title: New Berth 10 Project - Phase II Location: Conley Terminal, South Boston, Massachusetts

VIA HAND DELIVERY. Re: Joshua S. Foster v. Appalachian Power Company P.S.C. Case No E-C. Dear Ms. Ferrell: July 17,2015

Geothermal Conversion - North Distribution Utilities Pkg. 2 Ball State University, Muncie IN

CHAPTER ONE: ORGANIZATION, FUNCTIONS, AND GENERAL PROVISIONS. Subchapter 1.01: General

SECTION ADMINISTRATIVE REQUIREMENTS SECTION ADMINISTRATIVE REQUIREMENTS

SAMPLE. This document is presented for guidance only and does not completely state either Oklahoma law or OCC regulations.

CHAPTER 11 PRELIMINARY SITE PLAN APPROVAL PROCESS

June 10, 2014 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA

Costa Mesa California

Intellectual Property

Position Paper.

COLQUITT COUNTY BOARD OF COMMISSIONERS 101 East Central Avenue

Proposal PROJECT MANUAL P R O P E R T Y M A N A G E M E N T F A L L O N C O U N T Y. Baker, MT P.O. Box 846

STATE OF NORTH CAROLINA

RANDY SCHMELING INSPECTIONS HARDER ROAD THREE RIVERS, MI Home Mobile

City of Lompoc Building & Safety Services Section 100 Civic Center Plaza Lompoc, CA Phone: Fax:

Community & Economic Development Department Planning Division Frederick Street PO Box 8805 Moreno Valley, CA SUBMITAL REQUIREMENTS

2045 FAMPO Constrained Long Range Transportation Equity Analysis

Answer: Only to ChurchWoods, LLC.

American Society of Sanitary Engineering PRODUCT (SEAL) LISTING PROGRAM

BEFORE THE OIL AND GAS CONSERVATION COMMISSION OF THE STATE OF COLORADO ) ) ) ) ) ) ) ) ) ) ) ) ) ) AMENDED APPLICATION

Applying for a Site Development Review

CONVEYANCE PIPELINE AND PUMP STATION

Re: Ruby Pipeline Project; Docket No. CP ; Response to Comments from Mr. Randy Largent, Landman for Newmont Mining Corporation

Solicitation No.: The enclosed addendum amends the proposal documents for the above referenced Project.

Temporary Sign Permit

ADDENDUM No. 1. ITB No Northside Interceptor Condition Assessment. Due: February 1, 2018 at 10:00 A.M. (Local Time)

WGA LOW BUDGET AGREEMENT

PROCEDURE FOR PROCESSING WORKING DRAWINGS

Conceptual, Preliminary and Final Site Plan Review in Holladay City

42296 Federal Register / Vol. 68, No. 137 / Thursday, July 17, 2003 / Rules and Regulations

CITY OF MORRO BAY / CAYUCOS SANITARY DISTRICT

Appendix P Contact Information

ITEM No.7- E MOTION. August 28, 2013ak

SECTION 100 PRELIMINARY CONSIDERATIONS & INSTRUCTIONS

City of Keizer Floodplain/Greenway Development Application

Provided by: Radio Systems, Inc. 601 Heron Drive Bridgeport, NJ

WHEREAS, the City of (the City ) is an Illinois municipality in. accordance with the Constitution of the State of Illinois of 1970; and,

Application for Site Plan Review

(Full legal name of business submitting the offer)

APPLICATION FOR COMMERCIAL CONSTRUCTION FIRE AND LIFE SAFETY PLAN REVIEW PROJECT INFORMATION: Project phone: Project Address: City: State: Zip:

(Y Roadway Production Division

November 16, 2017 BOARD OF COUNTY COMMISSIONERS ORANGE COUNTY, FLORIDA. Y CH / Addendum #6 SHERRY DRIVE BRIDGE REPLACEMENT

Invitation for Bids Amendment #1

conform the Commission s rule to changes adopted by the Multi-State Lottery Association

BID DOCUMENTS FOR THE PURCHASE OF PRECAST CONCRETE BOX CULVERT

Union Station Tunnel Overall DBE Goal Calculation

1 SB By Senator Sanford. 4 RFD: Tourism and Marketing. 5 First Read: 20-FEB-18. Page 0

380 SERIES REPAIR PARTS INDEX. NOTE! Read and understand the pump and motor instructions before attempting to install, disassemble or repair the pump.

Mussey Township Building Department. 135 N. Main, P.O. Box 118 Capac, MI Phone: Fax:

SUPERVISORS MEETING, WEDNESDAY, JULY 20, 2016 PAGE 1

ADDENDUM D COMERICA WEB INVOICING TERMS AND CONDITIONS

PALM BEACH COUNTY ENGINEERING & PUBLIC WORKS DEPARTMENT. January 8, 2018

SECTION SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES

pill Los Angeles World Airports

I. MINUTES OF THE PRE-BID CONFERENCE

A. This section specifies procedural requirements for Shop Drawings, product data, samples, and other miscellaneous Work-related submittals.

Transcription:

STAFFORD CONSULTANTS INCORPORATED Engineering, Design, and Consulting Planning and Environmental Services To: Armstrong Utilities Chojnacki Construction CI Thornburg Cooks Excavating Contractor s Association of WV Cowgirl Up Eastern Tank Utility Services Famco, Inc. Ferguson Water Works Fields Excavating F.W. Dodge Gold Diggers, Inc. Green River Group, LLC. HSC J.F. Allen Co. HD Supply Upton Construction Co. W.C. Weil Company @ From: Edward L. Shutt, P Date: March 27, 2014 File: - 7088.15 RE: City of Summersville, Glade Creek Phase llb Contract Nos 4 and 5 MEMORANDUM i Little Mountain Pipeline Main Street Builders Marbo Construction Co. MEC Construction, Inc. Mike Enyart &Sons, Inc. Mendon Pipeline, Inc. Orders Construction Co., Inc. Precisions Pump & Valve Service Pipe Plus, Inc. Pro Contracting, Inc. Reed Construction Data Rover Construction, Inc. Swope Construction Co., Inc. Tri-State Pipeline, Inc. Trombold Equipment Underground Contractors, Inc. Welding, Inc. West Virginia Pipeline, Inc. Your attention is directed to an opportunity to bid on the City of Summersville Glade Creek Phase IIB. Enclosed is the Advertisement for Bids. The Mandatory pre-bid conference is May 1, 2014 at 1O:OO AM at the City Hall with the bid opening being May 14, 2014 at 1:30 at the City Hall. If you would like to purchase a set of Plans and Specifications please remit a check in the amount of $275.00 to Stafford Consultants, Inc. The Plans and Specifications will be sent via UPS so be sure to include a physical address. Only one set of documents will be issued. Plans/specifications will be available on April 8, 2014. If you have any questions, please let me know. E LS/e r b 1105 Mercer Street Post Omce Box 5849 Princeton, West Virginia 24740 Telephone (304) 425-9555 Fax (304) 425-9557

STAFFORD # Enclosure cc: w/encl: Robert Shafer James Corbitt John Tuggle, P.E. David Jenkins Greg Tucker Alice King Jim Ellars, P.E. Public Service Commission John Stafford, P.E. Kelly Workman Katy Mallory, P.E. John Stump

ADVERTISEMENT FOR BIDS OWNER: City of Summersville 400 North Broad Street P.O. Box 525 Summersville, West Virginia 2665 1 ENGINEER: Stafford Consultants, Inc. 1105 Mercer Street P.O. Box 5849 Princeton, West Virginia 24740 Separate sealed BIDS for the construction of CONTRACT NO. 4-AML Non-Eligible: will consist of approximately 609 L.F. of 8- inch potable waterline, 20,170 L.F. of 6-inch potable waterline, 2,615 L.F. of 2-inch potable waterline, valves, hydrants, air release and vacuum valves, service lines, meter settings, and all appurtenances; CONTRACT NO. SB-Non-AML Eligible: will consist of approximately 10,928 L.F. of 10-inch potable waterline, 15,697 L.F. of 8-inch potable waterline, 2,598 L.F. of 6-inch potable waterline, 1,460 L.F. of 2-inch potable waterline, valves, hydrants, air release and vacuum valves, service lines, meter settings and all appurtenances; will be received by City of Summersville at the office of the City of Summersville, Summersville, West Virginia until 1:30 p.m., (local prevailing time) May 14,, 2014 and then at said office publicly opened and read aloud. The BIDDING DOCUMENTS may be examined at the following locations: Stafford Consultants, Inc. Contractors Association of WV F.W. Dodge Co. Plan Room 1105 1/2 Mercer Street 2114 Kanawha Boulevard, East 3315 Central Avenue P.O. Box 5849 Charleston, WV 25301 Hot Springs, AR 71913 Princeton, WV 24740 City of Summersvllle 400 North Broad Street Summersville, WV 26651 Copies of t,e BIDDING DOCUMENTS may be obtainec, at the office o Stafforl 1 Consultants, Inc., located at 1105 1/2 Mercer Street, P.O. Box 5849, Princeton, West Virginia 24740 upon payment of $275.00 for a complete set. Any BIDDER or NON-BIDDER, upon returning the BIDDING DOCUMENTS within ten (10) days of BID opening and in good condition, will be refunded $25.00. Notice is hereby given that the City of Summersville has adopted goals for minority and female participation in the project work force. These goals are as follows: I Addendum No. 1 I 00020-1

Female Participation: Minority Participation: 6.9 percent 2.5 percent A mandatory pre-bid conference will be held on May 1,2014 at l0:oo a.m. (LPT) at the office of the City of Summersville, Summersville, West Virginia. Following the conference, a field review of the project will be held for all interested contractors. A Bid Bond executed by the Bidder and Bidders surety company approved by the Grantee, Nicholas County, West Virginia 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 Bond shall be waived or returned because the Bidder failed to or cannot comply with any requirements as set forth in Plan, Specifications, or any applicable statues of the United States, the State of West Virginia and/or local ordinances. No BIDDER may withdraw their bid for a period of ninety (90) days after the time of the opening of the Bids. All BIDDERS must hold a current West Virginia Contractor s License on the date of bid opening. BIDDERS on this work will be required to comply with the President s Executive Order No. 11246 entitled Equal Employment Opportunity as amended by Executive Order 11375 and HUD Section 109 which prohibits discrimination in employment regarding race, creed, color, sex or national origin. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701 u (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by Section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. The parties of this contract agree to comply with HUD s regulations in 24 CFR Part 135, which implement Section 3. Bidders attention is directed to the Section 3 Clause set forth in the contract documents. BIDDERS must comply with the requirements for Affirmative Action and Minority Business Enterprises participation as described in the Federal Specifications insert to the Contract Documents. Special provision will be made by the BIDDER to show what portions of the BID within each Division are supported by Minority Business Enterprise work. In addition, BIDDERS may obtain, upon request, information concerning local MBE fms. BIDDERS must comply with Title VI of the Civil Rights Act of 1964, the Davis-Bacon Act, the Anti-Kickback Act, the Contract Work Hours and Safety Standards Act, and the West Virginia Division of Labor Wages for Construction of Public Improvements pursuant to West Virginia Code $21-5A-3 and the West Virginia Jobs Act (West Virginia 521-1C-1). 00020-2

Any Contractor submitting a Bid on this project hereby certifies, indicates and acknowledges that he/she has a license and meets all the qualifications required by the statutes of the State and subdivision in which the work is to be performed. The OWNER reserves the right to reject any or all BIDS and to waive any informalities therein. For the purpose of clarification, it is understood that the work to be done is being financed in whole or in part by funding through the West Virginia Development Office, Small Cities Block Grant program and funding through the West Virginia Infrastructure and Jobs Development Council. Date City of Summersville 00020-3