CITY OF BLAIR BLAIR, NEBRASKA PHASE V WATER TREATMENT PLANT EXPANSION ADVERTISEMENT FOR BIDS Sealed Bids for the construction of the Phase V Water Treatment Plant Expansion will be received, by the …

Posted

CITY OF BLAIR BLAIR, NEBRASKA PHASE V WATER TREATMENT PLANT EXPANSION ADVERTISEMENT FOR BIDS Sealed Bids for the construction of the Phase V Water Treatment Plant Expansion will be received, by the City of Blair, at the office of the City Clerk, City Hall, 218 South 16th Street, Blair, Nebraska, until 10:00 AM local time on July 19, 2022, at which time the Bids received will be publicly opened and read. The Project consists of construction of a 7 MGD water treatment plant expansion, including a new Presedimentation Basin, Softening and Recarbonation Basin, Filters, Clearwell, Chemical Building, and site improvements. Bids will be received for a single prime Contract. Bids shall be on a lump sum basis, with bid items as indicated in the Bid Form. The Issuing Office for the Bidding Documents is: A & D Technical Supply Company, Inc., 4320 South 84th Street, Omaha, NE, 402-592-4950. Prospective Bidders may examine the Bidding Documents at the Issuing Office on Mondays through Fridays between the hours of 8:00 AM and 5:00 PM, and may obtain copies of the Bidding Documents from the Issuing Office as described below. Printed copies of the Bidding Documents may be obtained from the Issuing Office, during the hours indicated above, by calling the Issuing Office and paying a fee determined by the Issuing Office. Checks for Bidding Documents shall be payable to “A & D Technical Supply Company, Inc.”, 4320 South 84th Street, Omaha, NE 402-592-4950. Upon request and receipt of the document deposit indicated above plus a non-refundable shipping charge, the Issuing Office will transmit the Bidding Documents via delivery service. The shipping charge amount will depend on the shipping method selected by the prospective Bidder. The date that the Bidding Documents are transmitted by the Issuing Office will be considered the Bidder’s date of receipt of the Bidding Documents. Partial sets of Bidding Documents will not be available from the Issuing Office. Neither Owner nor Engineer will be responsible for full or partial sets of Bidding Documents, including Addenda if any, obtained from sources other than the Issuing Office. Bid security shall be furnished in accordance with the Instructions to Bidders. State Revolving Fund (SRF) Requirements 1.01 Due to many changes in the federal laws specific to Municipal Government and Federal and State funding, it will now be required that beginning on January 1, 2016, all entities who elect to submit sealed bids, proposals, or quotes to the City must provide proof with their submissions that they are not only registered with the Federal website www.sam.gov, but that they are also active in their system and eligible to participate in Municipally funded projects and not debarred. Additionally, all entities must also provide their DUNS (Data Universal Numbering System) number to the City in their submissions as well as demonstrate compliance with the e-verification. Any bid, proposal, or quote that is received that does not include proof of registration and active status on www.sam.gov and a DUNS number, and evidence of compliance with the e-verification requirement will automatically be deemed incomplete, and therefore, not considered in the selection/review process. Finally, all entities who submit must not appear on the debarred list under www.sam.gov in order to be eligible and considered. Debarment automatically results in ineligibility to participate in the selection process. 1.02 Davis Bacon Act Wage Determinations. A. Contractors and subcontractors on USEPA federally assisted construction projects are required to pay their laborers and mechanics wages not less than those established by the U.S. Department of Labor. A current wage decision containing the appropriate building and/or heavy type rates is included in the specification for bidding purposes. 1.03 Debarment and Suspension A. The prospective participants must certify by submittal of EPA Form 5700-49, Certification Regarding Debarment, Suspension and Other Responsibility Matters, that to the best of its knowledge and belief that it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency. 1.04 Nondiscrimination In Employment. A. Bidders on this work will be required to comply with the President’s Executive Order No. 11246. Requirements for bidders and contractors under this order are explained in the specifications. 1.05 Disadvantaged Business Enterprise (DBE). A. Each bidder must fully comply with the requirements, terms and conditions of the U.S. Environmental Protection Agency, Disadvantaged Business Enterprise (DBE) requirements, including the fair share objectives for disadvantaged business participation during the performance of this contract. The bidder commits itself to the fair share objective for disadvantaged business participation contained herein and all other requirements, terms, and conditions of these bid conditions by submitting a properly signed bid. 1.06 American Iron and Steel Products. A. On January 17, 2014, H.R. 3547, “Consolidated Appropriations Act, 2014,” was enacted. Section 436 of the Act requires that none of the appropriated funds may be used for the construction, alteration, maintenance, or repair of a public water system or treatment works unless all of the iron and steel products used in the project are produced in the United States, unless a waiver is provided to the recipient by the EPA. The term “iron and steel products” means the following products made primarily of iron or steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials. Build America, Buy America Act 2.01 Refer to April 18, 2022 Initial Implementation Guidance on Application of Buy America Preference in Federal Financial Assistance Programs for Infrastructure. Bid security shall be furnished in accordance with the Instructions to Bidders. Owner: City of Blair By: Brenda Wheeler Title: City Clerk Date: June 17, 2022 ZNEZ ENT 6-17, 6-24 & 7-1-22