SECTION 00 10 00 INVITATION TO BID Sealed Proposals for the construction of “Lift Station Flood Protection Improvements for the City of Fort Calhoun,” JEO Project No. 131216.28, QuestCDN No. …

Posted

SECTION 00 10 00 INVITATION TO BID Sealed Proposals for the construction of “Lift Station Flood Protection Improvements for the City of Fort Calhoun,” JEO Project No. 131216.28, QuestCDN No. 8366068, will be received by the Clerk at 110 S. 14th Street, Fort Calhoun, NE 68023, until 2:00 PM on the 7th day of February 2023, and thereafter will be read aloud. The work is generally described as follows: Flood mitigation improvements for the existing lift station and sanitary manholes located in the floodplain. Opinion of Probable Cost $200,00.00 Proposals will be taken for said construction work listed above by unit prices, as an aggregate bid for the entire project. All Proposals for said construction work must be made on blanks furnished by the Engineer and must be accompanied by Bid Security of not less than 5% of the amount bid. Bid Security to be made payable to the Treasurer of the City of Fort Calhoun as liquidated damages in case the bid is accepted and the bidder neglects or refuses, to enter into contract and furnish bond in accordance herewith. Copies of the contract documents are on file with the City of Fort Calhoun for examination by bidders. Complete digital project bidding documents are available at JEO’s website at jeo.com for $22. An optional paper set of project documents is available for a non-refundable price of $75 per set. Please send your check payable to JEO Consulting Group, Inc. at 11213 Davenport Street, Suite 200, Omaha, NE 68154. If you have any questions, contact us at 515.964.5310. In order to bid the project, the contract documents must be issued directly by JEO Consulting Group, Inc. or QuestCDN to the bidder. This project is funded with federal assistance from the United States Environmental Protection Agency (USEPA). As such, Bidders are required to comply with those federally mandated laws, regulations and policies as cited herein or in the contents of the specification. The work identified in this solicitation package is NOT however subject to the provisions of the Build America Buy America Requirements as it has been determined to meet the USEPA program waiver requirements. 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 specifications for bidding purposes. 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. 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. 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. 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 EPA. Conditions for the waiver are found under the Information for Bidders. 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. The Owner reserves the right to waive informalities and irregularities and to make awards on bids which furnish the materials and construction that will, in their opinion serve the best interests of the Owner, and also reserves the right to reject any and/or all bids. CITY OF FORT CALHOUN, NEBRASKA Mitch Robinson, Mayor ATTEST: Alicia Koziol, Clerk ZNEZ ENT 1-13, 1-20, 1-27, 2-3-23