City of Yankton
South Dakota
Marne Creek Sewer Crossing Improvements
General Notice
The City of Yankton (Owner) is requesting Sealed Bids for the construction of the following Project:
Marne Creek Sewer Crossing Improvements
BAI No. 24044.00.00
Sealed Bids for the construction of the Project will be received at the Office of the Finance Officer located at 416 Walnut Street, Yankton, South Dakota, until Thursday, June 12, 2025, at 3:00PM local time. At that time the Sealed Bids received will be publicly opened and read at City Hall, Meeting Room B, 416 Walnut St, Yankton, SD. Submittal of the Bid shall be in accordance with Article 14 of the Instruction to Bidders.
The Project includes the following Work:
- Furnish and Install approximately 140 LF of 24” Sewer Pipe;
- Furnish and Install approximately 160 LF of 24” Steel Casing Pipe;
- Furnish and Install approximately 5 EA of 60” Lined Sanitary Sewer Manholes;
- Furnish and Install approximately 160 LF of 24” Cure-In-Place Pipe through Steel Pipe;
- Furnish and Install approximately 120 LF of 12” Battered Pipe Pile;
- Furnish and Install approximately 3,000 SF of 6” Concrete Sidewalk;
- Salvage and Install approximately 284 SY of Riprap;
- Furnish and Install approximately 284 SY of Geotextile Fabric;
- Remove and Reset approximately 2 EA of Park signs;
- Remove and Reset approximately 1 EA of Park Bench;
- Remove and Reset approximately 1 EA of Luminaire Pole;
- Remove and Abandon approximately 1 EA of Water Fountain;
- Surface restoration and all other miscellaneous work required not herein mentioned, but inferred from the construction Contract Documents.
Owner anticipates that the Project’s total bid price will be approximately $700,000.00 to $800,000.00.
Obtaining the Bidding Documents
The Issuing Office for the Bidding Documents is:
Banner Associates, Inc.
409 22nd Avenue South
Brookings, SD 57006
(605) 692-6342
Prospective Bidders may obtain or examine the Bidding Documents at the Issuing Office. Upon a non-refundable payment of $40.00, including applicable taxes and fees, a paper copy of Bidding Documents may be obtained. 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.
Bidding Documents can be downloaded from www.bannerassociates.com and/or www.questcdn.com (reference Quest number 9563290). Register with QuestCDN.com and submit the $22.00 fee to download the Bidding Documents. Downloading is recommended as plan holders receive automatic notice of addenda and bid updates. Interested parties may view the Bidding Documents at no cost after registration and prior to deciding to become a plan holder. Contact QuestCDN Customer Support at 952-233-1632 or Support@questcdn.com for assistance in membership registration and downloading digital Bidding Documents.
Upon request, in accordance with South Dakota Codified Law 5-18B-1, one paper copy of Bidding Documents shall be furnished, without charge, to each prime contractor resident in South Dakota who intends, in good faith, to submit a bid to the Owner. Additionally, if a paper copy is provided under the conditions of SDCL 5-18B-1, in consideration of the documents being provided at no charge, unsuccessful bidders agree to return the documents to the Issuing Office within thirty (30) days after the bid opening.
All official notifications, addenda, and other Bidding Documents will be offered only through the designated websites.
The Bidder to whom the contract is awarded will be required to furnish a construction performance bond and a construction payment bond to the Owner in the amount of one hundred percent (100%) of the contract award for each bond, in conformance with the requirements of the Contract Documents. The construction performance bond and construction payment bond shall remain in full force until the completion of the Contract as specified in the General Conditions.
All bids must be accompanied by a Bid security. Bid security will take the form of a bid bond in an amount of ten percent (10%) of the Bidder's maximum Bid price or a cashier's or certified check made payable to Owner in an amount of five percent (5%) of the Bidder's maximum Bid price. The Bid security will be retained by the Owner as liquidated damages if the successful bidder refuses or fails to enter into an Agreement within fifteen (15) days after Notice of Award or fails at time of executing the contract to furnish a construction performance bond and construction payment bond guaranteeing the faithful performance of the work.
Bids may not be withdrawn after the time fixed for opening them. The Owner reserves the right to reject any and all bids, and to waive any irregularities therein.
A pre-bid conference will not be held.
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 of the State Revolving Fund (SRF) General Conditions and must be included in the bid proposal.
Please be advised that waivers and 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.
Davis-Bacon and related acts provisions apply to this project. All provisions relative to those acts must be met. Davis Bacon wage rates must be used.
The successful bidder— including any contractors and their subcontractors on the project, must be registered in SAM (System for Award Management).
The low responsive bidder must assure compliance with the requirements of Public Law 115-232, Section 889, Prohibition of Certain Telecommunications and Video Surveillance Services or Equipment.
NONDISCRIMINATION IN EMPLOYMENT
- Bidders on this work will be required to comply with Title 40 CFR 33 and Executive Order 12138 (WBE). The goals and other 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. The MBE goal for this project is 1.5% of the total dollar value of the job while the WBE goal is 2.4% of the total dollar value of the job.
- Bidders on this work will be required to comply with the President's Executive Orders Nos. 11246 (Equal Employment) as amended, 11518 (Small Business Concerns), and 11625 (MBE) as amended.The requirements for Bidders and Contractors under these orders are explained in the Specifications.
- The goal for female utilization which shall be included in all federal and federally assisted construction contracts and subcontracts in excess of $10,000 shall be 6.9%.The goal for disadvantaged/minority utilization which shall be included in all federal and federally assisted construction contracts and subcontracts in excess of $10,000 shall be 1.2%. The goals are applicable to the Contractor's aggregate on-site construction workforce whether or not part of that workforce is performing work on a federal and federally assisted contract or subcontract.
Payment for all work shall be in cash based on monthly estimates.
Kyle Goodmanson, Environmental Services Director
City
of Yankton, South Dakota