ADVERTISEMENT
FOR BIDS
City of
Yankton
South
Dakota
Yankton
Water Main Improvements
General Notice
The City of Yankton (Owner) is requesting Sealed Bids
for the construction of the following Project:
Yankton
Water Main Improvements
BAI
No. 24256.00
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 August
4th, 2025 at 2:00 PM local time. At that time
the Sealed Bids received will be publicly opened and read during the
commission meeting. 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 297 LF of 6” PVC Water Main
·
Furnish and Install approximately 366 LF of 6” Restrained
Joint Water Main
·
Furnish and Install approximately 107 LF of 8” PVC Water Main
·
Furnish and Install approximately 70 LF of 8” Restrained Joint
Water Main
·
Furnish and Install approximately 366 LF of 12” Steel
Encasement Pipe (Jacked & Bored under BNSF Railroad)
·
Furnish and Install approximately 70 LF of 14” Steel
Encasement Pipe (Jacked & Bored under BNSF Railroad)
·
Furnish and Install approximately 66 LF of 1” Water Service
Pipe
·
Furnish and Install approximately 31.7 Tons of Asphalt
Concrete Composite
·
Furnish and Install approximately 266 SY of 6” PCC Pavement
·
Furnish and Install approximately 221 SY of 6” PCC Approach
Pavement
·
Furnish and Install approximately 213 LF of Curb and Gutter
·
All removals, 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 $450,000.00 to $550,000.00.
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 9738173). 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 applied 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
(a)
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 Enterprise
(DBE/MBE), and Women's Business Enterprise (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.
(b)
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 Equal Employment Opportunity regulations in 41 CFR Part 60
– 1.4(b) and all Civil Rights laws to include 1) Age Discrimination Act of
1975, 2) Section 13 of FWPCA Amendments of 1972, 3) Section 504 of the
Rehabilitation Act of 1973, and 4) Title VI of the Civil Rights Act of 1964.. The requirements for Bidders and Contractors under
these orders are explained in the Specifications.
(c)
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.
This Advertisement is issued by:
Owner: City of Yankton, South Dakota
By: Adam Haberman, PE
Title: Public Works Director
Date: 7/16/2025
Published twice at the approximate cost
of $_______________