ADVERTISEMENT

SECTION 00020 INVITATION TO BID The City Council of Mitchell, South Dakota, will receive sealed bids for the utility work for their East Central Drainage Basin Utility and Street Improvements – Phase II project until _2:00 PM (local time)_Thursday, November 5, 2020, at the office of the Finance Officer, in the City Hall located at 612 North Main Street, Mitchell, South Dakota.

SECTION 00020 INVITATION TO BID

The City Council of Mitchell, South Dakota, will receive sealed bids for the utility work for their East Central Drainage Basin Utility and Street Improvements – Phase II project until _2:00 PM (local time)_Thursday, November 5, 2020, at the office of the Finance Officer, in the City Hall located at 612 North Main Street, Mitchell, South Dakota. Received sealed bids will be publicly opened and read aloud at the above place and time.
Bids are invited upon the items and approximate quantities of work as follows:
Approximately 1,650 linear feet of six-inch water main, 12 water service lines, 1,908 linear feet of eight-inch sewer main, 42 linear feet of 10-inch sewer main, 365 linear feet of 12-inch sewer main, 10 sanitary sewer manholes, 27 sanitary sewer services, 16 2’ x 3’ Type B inlets, 10 4’ x 6’ Type B inlets, five 4’ x 9’ Type B inlets, six 48-inch storm sewer manholes, one 60-inch storm sewer manholes, four 72-inch storm sewer manholes, two 84-inch storm sewer manholes, one 96-inch storm sewer manhole, one 120-inch storm sewer manhole, 1,079 linear feet of 54-inch storm sewer pipe, 116 linear feet of 42-inch storm sewer pipe, 395 linear feet of 36-inch arch RCP storm sewer pipe, 37 linear feet of 36-inch storm sewer pipe, 398 linear feet of 30-inch storm sewer pipe, 976 linear feet of 24-inch storm sewer pipe, 756 linear feet of 18-inch storm sewer pipe, 323 linear feet of 15-inch storm sewer pipe, 455 linear feet of 12” storm sewer pipe, and all related appurtenances to the aforementioned work.
The approximate quantities mentioned above are subject to increase or decrease. It will be agreed by bidders that all quantities of work will be performed in accordance with the provisions of the plans and specifications and at the unit price bid. Bidders agree to furnish all labor, material, and equipment necessary to complete all the work as shown in the plans and specifications.
The complete set of Contract Documents, including drawings and specifications, is on file with the Finance Officer, Mitchell, South Dakota and/or at the office of Schmucker, Paul, Nohr and Associates, 2100 North Sanborn Blvd, Mitchell, South Dakota 57301. One paper copy of the contract documents and plans can be ordered from SPN. The contract documents and plans will also be made available at the SPN web site www.spn-assoc.com .
Each bid must be accompanied by a certified check or bank draft payable to the order of the City of Mitchell, South Dakota, in an amount equal to five percent (5%) of the total bid. A bid bond in an amount equal to ten percent (10%) of the total bid will be accepted in lieu of a certified check or bank draft. Surety for bid bond must be authorized to do business in the State of South Dakota.
Pursuant to State Law, a copy of the bidder’s sales and use tax license and a copy of the bidder’s excise tax license as issued by the State of South Dakota must accompany the bid. In lieu of a copy of the license, the bidder shall submit appropriate evidence that the bidder and all affiliates have the appropriate licenses.
Bids may be held by the City Council of Mitchell, South Dakota, for a period of not more than thirty (30) days from the date of opening of bids for the purpose of reviewing the bids, investigating the qualifications of the bidders and completing financial arrangements prior to awarding the Work. The Owner reserves the right to reject any or all bids and to waive any informalities in the bidding.
Bidders are advised that any contracts awarded on this project will be partially funded by the United States Department of Commerce, Economic Development Administration, and therefore are subject to the Federal laws and regulations associated with that program.
Bidders are advised that any contracts awarded on this project will also be partially funded by the South Dakota State Revolving Fund (SRF) Loan and the City of Mitchell. All requirements for construction projects of the above-listed agencies will be required of all contractors and/or subcontractors performing work on this project. Neither the United States nor any of its departments, agencies, or employees is or will be a party to this Invitation to Bid or any resulting contract. This procurement will be subject to EPA regulations contained in 40 CFR 35.936, 35.938 and 35.939. In addition, all Federal procurement requirements must be followed for the project.
Bidders on this work will be required to comply with Title 40 CFR 33 and Executive Order 12138. The goal for Minority-Owned Business Enterprise (MBE) on this project is one percent (1%) and the goal for Woman-Owned Business Enterprise (WBE) on this project is four percent (4%). The goals and other requirements for bidders and contractors under this regulation which concerns utilization of disadvantaged/minority business enterprises are explained in the Contract Documents.
NOTICE OF REQUIREMENT FOR AFFIRMATIVE
ACTION TO ENSURE EQUAL EMPLOYMENT
OPPORTUNITY (EXECUTIVE ORDER 11246)
American Iron and Steel (SRF): Compliance with the American Iron and Steel provision of the Consolidated Appropriations Act of 2014 is required. A certification form is included with the bidding documents and must be included with the bid. Note that waivers or exemptions from the Buy American provision which refer to International Trade Agreements do not comply with the Consolidated Appropriations Act of 2014 for SRF programs. Claims from suppliers will not be accepted which indicate that the American Iron and Steel provision does not apply to certain products based on the International Trade Agreement exemptions of the Consolidated Appropriations Act of 2014.
Buy American: Consistent with Executive Order 13858, Strengthening Buy-American Preferences for Infrastructure Projects, the Bidder is encouraged to use, to the greatest extent practicable, iron and aluminum as well as steel, cement and other manufactured products produced in the United States in every contract, subcontract, or purchase order.
Bidders on this work will be required to comply with Title 40 CFR 35.936-7 Title 40 CFR 33 and Executive Order 12138. The goals and other requirements for bidders and contractors under this regulation which concerns utilization of disadvantaged/minority business enterprises are explained in Part I of these Contract Documents.
The Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications”. The requirements for bidders and contractors under this order are explained in Part I of these Contract Documents.
Bidders are also reminded that not less than the minimum wages as determined by the Davis-Bacon Act and set forth in the Contract Documents must be paid on this project and that the Contractor and/or subcontractor must ensure that employees and applicants for employment are not discriminated against because of their race, color, religion, sex or natural origin.
Bidders on this work will be required to submit weekly a copy of all payrolls for each week in which contract work is performed.
In addition to all of the above-listed Federal requirements for work on this project, compliance with the contract Work Hours and Safety Standards Act, Executive Order 11375, Copeland Act, the Clean Air Act, and Water Pollution Control Act and subsequent amendments to all of the above will be required of contractors and/or subcontractors performing work on this project.
By Michelle Bathke, Finance Officer City of Mitchell, South Dakota
Published two times at a total cost of $134.82
(Oct. 21 & 28, 2020)
2863457