23-24-064 "Berry Hill Water Distribution Facilities - Oak Hill Tank & Water Main"

Agency: City of Danville
State: Virginia
Level of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD13553818941784410
Posted Date: Apr 3, 2024
Due Date: Apr 29, 2024
Solicitation No: IFB-23-24-064
Source: Members Only
Bid Number: IFB-23-24-064
Bid Title: 23-24-064 "Berry Hill Water Distribution Facilities - Oak Hill Tank & Water Main"
Category: Construction Services Bids
Status: Open

Description:

IFB 23-24-064

Publication Date/Time:
3/27/2024 11:45 AM
Closing Date/Time:
4/29/2024 2:00 PM
Bid Opening Information:
04/29/2024 at 2:00 PM
Pre-bid Meeting:
04/03/2024 at 10:00 AM
Contact Person:
Carol Henley
Director of Purchasing
427 Patton St Room 304
Danville, VA 24541
Phone: 434-799-6528
Fax: 434-799-5102
Email: purchasing@danvilleva.gov
Related Documents:

Attachment Preview

Bid No.
Title:
INVITATION FOR BID
IFB 23-24-064
“Berry Hill Water Distribution Facilities – Oak Hill Storage Tank and Oak
Hill Road Water Main”
Pre-Bid Meeting:
Last Day for
Questions:
Bid Closing Date:
A Pre-Bid Meeting will be held on April 3, 2024 at 10:00 AM at
1040 Monument Street, Danville, VA 24541 and on Zoom at
https://us06web.zoom.us/j/86598147658?pwd=1Eqq5eVJLJh
nWbZQS3KsPHzu32NVaT.1.
Questions may be submitted in writing via email to:
purchasing@danvilleva.gov until April 12, 2024 at 5:00 PM.
Sealed Bids shall be accepted no later than April 29, 2024, at
2:00 PM at the Purchasing Department, 427 Patton Street,
Room 304, Danville, VA 24541
Direct Inquiries to:
Carol Henley, Director of Purchasing
(434) 799-6528
purchasing@danvilleva.gov
City Project Representative: Alan Johnson, Division Director
of Water and Wastewater Treatment, johnsra@danvilleva.gov
TABLE OF CONTENTS
1.0
Scope of Work
2.0
General Conditions
3.0
Standard Requirements & Instructions For Bidding Version 2.0
4.0
Proposal Documents
IFB 23-24-064
Berry Hill Water Distribution Facilities Oak Hill Storage Tank
and Oak Hill Road Water Main
1.0 GENERAL CONDITIONS
1.1 Intent: Secure Virginia-licensed contractor for the construction of the Berry Hill Water
Distribution Facilities Oak Hill Storage Tank and Oak Hill Road Water Main.
1.2 Sealed bids must be received in the Purchasing office no later than 2:00PM,
April 29, 2024 mail to:
City of Danville
Purchasing Department
427 Patton Street, Room 304
Danville, VA 24541
1.3 Pre-bid Conference: A pre-bid conference will be held on April 3, 2024 at 10:00 AM at
1040 Monument Street, Danville, VA 24541 and on Zoom at
https://us06web.zoom.us/j/86598147658?pwd=1Eqq5eVJLJhnWbZQS3KsPHzu32
NVaT.1.
1.4 Bid Inquiries: The last day for questions will be April 12, 2024 at 5:00 PM.
Email Carol Henley at purchasing@danvilleva.gov
1.5 Bonds: 5% Bid bond; 100% performance and payment bonds.
1.6 Time of Completion: 460 calendar days for Oak Hill Storage Tank and 365 calendar days for Oak
Hill Road Water Main
1.7 Liquidated Damages: $500 dollars per calendar day.
1.8 Owner’s Representative: Alan Johnson, johnsra@danvilleva.gov
1.9 Code: All work performed shall conform to the Virginia Uniform Building Code.
1.10 Retainage: 5% retainage will be held from each payment amount until final completion
and acceptance of the contract work
2.0 SCOPE OF WORK
2.1 Construct the Oak Hill Road Water Main and all associated equipment, materials, and
appurtenances as detailed in the contract documents.
2.2 Construct the Oak Hill Storage Tank and all associated equipment, materials, and
appurtenances as detailed in the contract documents.
3.0 SUPPLEMENTAL GENERAL CONDITIONS
3.1 Compliance: The Contractor shall comply with the provisions of the following:
The City of Danville’s “Standard Requirements & Instructions for Bidding”, Version
2.0, dated April 5, 2015. Copies may be obtained from the Purchasing Office or by
downloading from the City’s website “Finance Department, Purchasing Division.
3.2 Award:
A. The award will be made to the lowest responsible and responsive bidder, with
consideration given to completion time.
B. The City reserves the right to reject any or all offers and to waive informalities and
minor irregularities in offers received.
3.3 Authority:
A. The Director of Purchasing as the designee of the City Manager has the sole
responsibility and authority for negotiating, placing, and when necessary modifying
each and every invitation to bid, purchase order or other award issued by the City of
Danville. In the discharge of these responsibilities, the Director of Purchasing may be
assisted by assigned buyers. No other City officer or employee is authorized to order
supplies or services, enter into purchase negotiations, or in any way obligate the
government of the City of Danville for any indebtedness. Any purchases contrary to
these provisions and authorities shall be void and the City shall not be bound thereby.
B. This procurement process, including withdrawal of bids and appeal or protests, is governed
by the "PROCUREMENT CODE OF THE CITY OF DANVILLE, VIRGINIA". Copies of the
Procurement Code may be obtained by writing the City of Danville Purchasing Department,
427 Patton St. Room 304, Danville, Virginia 24541 and by downloading from the City’s
website, Finance Department, Purchasing Division. The City of Danville does not
discriminate against faith-based organizations.
3.4 Bid Preparation:
A. Bid proposals must be written in ink or typewritten and shall be submitted on the forms
issued. Unsigned or qualified bids will not be accepted. No bid may be considered if
received after the time shown on Title Page. Contractors are expected to examine all
instructions, specifications, drawings, sites, installations, etc. Failure to do so will be at
the Contractor's risk. Erasures or other changes must be initialed by the person signing
the bid.
B. Envelopes containing bids must be sealed and marked in the lower left-hand corner
IFB 23-24-064 “Berry Hill Water Distribution Facilities Oak Hill Storage Tank
and Oak Hill Road Water Main” and submitted to the office indicated on title page.
C. SCC Number
Contractors organized as a stock or nonstock corporation, limited liability company,
business trust, or limited partnership or registered as a registered limited liability partnership
shall be authorized to transact business in the Commonwealth as a domestic or foreign
business entity if so required by Virginia Title 13.1 or Title 50 or as otherwise required by law.
A Contactor organized or authorized to transact business in the Commonwealth pursuant to
Virginia Title 13.1 or Title 50 shall include in its bid or proposal the identification number issued
to it by the State Corporation Commission. Any bidder or offeror that is not required to be
authorized to transact business in the Commonwealth as a foreign business entity under Title
13.1 or Title 50 or as otherwise required by law shall include in its bid or proposal a statement
describing why the bidder or offeror is not required to be so authorized.
3.5 Bidder Eligibility:
A. Bidders are required to submit evidence that they have practical knowledge of the
particular work bid upon and that they have the financial resources to complete the
proposed work. Failure on the part of any Bidder to carry out previous contracts
satisfactorily, or lack of experience or equipment necessary for the satisfactory and
timely completion of this Project, may be deemed sufficient cause for disqualification of
said Bidder.
B. The Bidder must readily and independently document that the Bidder possesses the
experience, equipment and financial resources necessary for a timely and
professional completion of this project.
C. Irregular Bid Proposals: Bid proposals shall be considered irregular for the following
reasons:
1. If the bid is on a form other than that furnished by the City, if the City’s form is
altered, or if any part of the proposal form is detached.
2. If there are unauthorized additions, conditional or alternate pay items, or
irregularities of any kind which make the proposal incomplete, indefinite, or
otherwise ambiguous.
3. If the bid does not contain a unit price for each pay item listed in the proposal.
4. If the bid contains unit prices that are obviously unbalanced.
5. If the bid is not accompanied by the proposal guaranty specified by the City.
D. Withdrawal of Bid Due to Error:
1. A bidder for a City construction contract, other than a contract for construction or
maintenance of public highways, may withdraw his bid from consideration, if the
price bid was substantially lower than the other bids due solely to a mistake therein,
provided the bid was submitted in good faith and the mistake was a clerical mistake,
as opposed to a judgment mistake, and was actually due to an unintentional
arithmetic error or an unintentional omission of a quantity of work, labor, or material
made directly in the compilation of the bid, which unintentional arithmetic error or
unintentional omission can be clearly shown by objective evidence drawn from
inspection of original work papers, documents, and materials used in the
preparation of the bid sought to be withdrawn.
2. The bidder shall give notice in writing of his claim of the right to withdraw his bid within
two (2) business days after the conclusion of the bid opening procedure.
E. Disqualification of Bidder: A bidder shall be considered disqualified for any of the
following reasons:
1. Submitting more than one proposal from the same partnership, firm, or
corporation under the same or different name.
2. Evidence of collusion among bidders. Bidders participating in such collusion shall
be disqualified as bidders for any future work of the City until any such
participating bidder has been reinstated by the City as a qualified bidder.
3. If the bidder is considered to be in “default” for any reason.
3.6 Bids Binding 90 Days:
Unless otherwise specified, all formal bids submitted shall be binding for ninety (90)
calendar days following bid-opening date.
3.7 Cleanup:
A. The Contractor at all times shall keep the premises free from accumulation of waste
materials or rubbish caused by his operations. At the completion of the work, he shall
remove all his waste materials and rubbish from and about the project as well as all
his tools, construction equipment, machinery, and surplus materials.
B. If the Contractor fails to clean up at the completion of the work, the City may do so
and the cost thereof shall be charged to the Contractor.
3.8 Control of Work:
A. On all questions relating to quantities, the acceptability of materials and equipment, or
work, and the interpretation of the Contract Documents, the decision of the Project
Manager are final and binding and shall be precedent to any payment under the
contract.
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >