City of Watertown WWTF Improvements 2023

Agency: City of Watertown
State: South Dakota
Type of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
Posted: Mar 12, 2024
Due: Apr 11, 2024
Solicitation No: 2024-0008
Publication URL: To access bid details, please log in.
Bid Number: 2024-0008
Bid Title: City of Watertown WWTF Improvements 2023
Category: Sewer Department Bids
Status: Open

Description:

ADVERTISEMENT FOR PROPOSALS

Project:

City of Watertown WWTF Improvements 2023

Owner:

City of Watertown

Construction Manager:

Rice Lake Construction Group

Engineer:

HDR Engineering

Owner Representative:

Tegra Group

RECEIPT AND OPENING OF BIDS: Notice is hereby given, that Rice Lake Construction Group, the Construction Manager at Risk (CMAR), is soliciting bids for the purpose of furnishing all materials, labor, equipment, and skill required for the construction of the City of Watertown’s Wastewater Treatment Facility Improvements. Bids shall be on a lump sum basis and include the items more fully described and set forth in the Plans and Specifications. Private bid opening to be held at 23 Second Street NE, Watertown, SD City Council Chambers, in the presence of the CMAR, Engineer, Owner Advisor, and Owner. Bids will be received until 2:00 p.m. LOCAL TIME, Thursday, April 11 th , 2024. Electronic bids may be accepted at michael.p.johnson@hdrinc.com For security reasons, you must enable JavaScript to view this E-mail address. titled WATERTOWN WWTF PROPOSAL ENCLOSED. File size is limited to 10MB. Bids sent to any other email will NOT be forwarded or accepted. Hard copy bids are also accepted at 23 2nd St NE, Watertown, SD 57201. No hard copy bid will be considered unless it is securely sealed in an envelope and clearly labeled WATERTOWN WWTF PROPOSAL ENCLOSED and filed prior to the time noted above for the closing of bids.

DESCRIPTION OF WORK: Work to be performed under this Contract includes but is not limited to the construction of an aeration basin, final clarifier, and splitter box; equipment replacement, building modifications, site piping, structure demolition, underground piping, and all other Work required in accordance with the Contract Documents. Work is completed while maintaining plant operations and keeping the existing treatment plant in operation This bidding period will include Electrical, HVAC, Plumbing, Process Equipment scopes of work. All remaining bid packages will be advertised and bid at a later date

EXAMINATION OF BID DOCUMENTS: Requests for copies of the bidding documents may be sent to Rice Lake Construction Group office at estimating@ricelake.org For security reasons, you must enable JavaScript to view this E-mail address. , or by calling 218.546.1907. There is no fee for these documents.

PRE-BID CONFERENCE AND SITE VISIT. Pre-bid conference has been schedule for March 21, 2024 at 10AM at the Watertown Wastewater Treatment Plant 1300 11th St SE, Watertown, SD 57201, followed by a walk through. The purpose of the Pre-Bid is to present the project scope, schedule, and sequence, to interested parties. Attendance at the Pre-Bid Conference is highly recommended but not mandatory.

BIDDING REQUIREMENTS: Each bid package should be submitted on the Bid Forms in separate envelopes and clearly marked on the envelope identifying the project name, the bid package being submitted, and bidder’s name in accordance with the Bidding Documents.

Project funding requires following, tracking and documentation of items including but not limited to Davis Bacon Wage Rates, American Iron and Steel (AIS) provision, Minority and Women Business procurement, Equal Employment Opportunity, Disadvantaged Business Enterprise (DBE), etc. as called out in the Construction Documents Project Manual and all other pertinent legislation and rules associated with the Clean Water SRF Program, South Dakota Codified Law, and American Rescue Plan Act (ARPA) funds.

AIS: The low, responsive bidder will be required to certify to compliance with the American Iron and Steel provision of the Consolidated Appropriations Act of 2014. This certification form may be found on page AIS-21 and 22 of the State Revolving Fund (SRF) General Conditions and must be included in the bid proposal.

Please be advised that waivers or exemptions from the American Iron and Steel provision that cite International Trade Agreements DO NOT comply with the Consolidated Appropriations Act of 2014 as it applies to the SRF programs. Claims from suppliers 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 will not be accepted

ARPA: This project may be partially funded using American Rescue Plan Act (ARPA) funds. As a condition of the ARPA funding guidelines, the Contractor shall meet the following minimum requirements:

Based on the “Build America, Buy America” provisions of the Infrastructure Investment and Jobs Act (IIJA) and E.O. 14005 which provide that, as appropriate and to the extent consistent with law, a preference will be provided to Contractors for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products.) The Contractor shall provide documentation of their efforts to meet the provisions of “Build America, Buy America” upon request.

DAVIS BACON WAGE RATES : Davis-Bacon and Related Acts wages apply to this project in its entirety. All provisions relative to those acts must be met. Wage rate determinations for the project have been included in the specifications.

MBE/WBE GOALS: Bidders on this work shall be required to comply with Title 40 CRF 33 and Executive Order 12138. The requirements for Bidders and Contractors under this regulation which concerns utilization of Disadvantaged/Minority Business Enterprises (DBE/MBE) and Women’s Business Enterprises (WBE) are explained in the specifications. If a Bid does not include MBE/WBE solicitation information it will not be accepted. See the SDDOT MBE/WBE directory for firm listing. Bidders are advised the DBE/MBE and WBE goals for participation in this contract in terms of percentage of contract value are as follows: Disadvantaged/Minority Business Enterprises 1% and for Women’s Business Enterprise 4%.

TELECOMMUNICATIONS: The low responsive bidder must assure that requirements of Public Law 115-232, Section 889, Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment, is complied with. Contractors must assure that telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities), and video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities) WILL NOT be included in any equipment supplied for the project.

EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION REQUIREMENTS: Rice Lake Construction Group is committed to a policy of equal employment opportunity and does not discriminate on the basis of race, color, national origin, sex, religion, age, or disability, and are required to comply with the Equal Opportunity Clause published at 41 CFR Part 60 and Executive Orders 11246, 11518, and 11625, as amended. The Equal Opportunity Clause shall be considered to be part of every contract and subcontract.

BID ACCEPTANCE PERIOD: This bid will remain subject to acceptance for 30 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Rice Lake Construction Group.

OWNER’S RIGHTS RESERVED: Rice Lake Construction Group reserves the right to reject any or all proposals, to waive technicalities, to advertise for new proposals, or proceed to do the work by other means when in the best interests of Rice Lake Construction Group. No Bidder may withdraw its Proposal within thirty (30) calendar days after the actual date of the opening thereof.

Dated this 8 th day of March 2024 By: Jaime Barry, Project Manager

Rice Lake Construction Group

Publication Date/Time:
3/12/2024 12:00 AM
Publication Information:
Watertown Public Opinion
Closing Date/Time:
4/11/2024 2:00 PM
Submittal Information:
Sealed Bids
Bid Opening Information:
City Hall Council Chambers
Pre-bid Meeting:
03/21/2024
Business Hours:
M-F 8:00 - 5:00 PM
Special Requirements:
Requests for copies of the bidding documents may be sent to Rice Lake Construction Group office at estimating@ricelake.org, or by calling 218.546.1907. There is no fee for these documents.
Miscellaneous:
There will be a pre bid conference on March 21st at 10 AM at the Watertown Wastewater Treatment Plant 1300 11th ST SE.

Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...be included. The duration for this effort is for 365 days from date ...

DEPT OF DEFENSE

Bid Due: 5/07/2024

...Classification Original Set Aside: Product Service Code: Y1AA - CONSTRUCTION OF OFFICE BUILDINGS ...

ENERGY, DEPARTMENT OF

Bid Due: 5/03/2024

...NAICS Code: 237990 - Other Heavy and Civil Engineering Construction Place of Performance: ...

Federal Agency

Bid Due: 6/05/2024

...Original Set Aside: Product Service Code: Y1FA - CONSTRUCTION OF FAMILY HOUSING FACILITIES ...

Federal Agency

Bid Due: 4/30/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.