State Bid

Last Updated on 11 Sep 2020 at 4 AM
Fargo North dakota

Fargo LSWTP Pretreatment and Crypto Compliance Improvements

Solicitation ID Not Specified
Posted Date 11 Sep 2020 at 4 AM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Fargo
Location Fargo North dakota United states
The Fargo LSWTP Pretreatment and Crypto Compliance Improvements generally consists of two individual projects that have been combined into a single bid package. The bid package includes a single set of specifications and drawings consisting of sheets bearing the title of "FARGO LSWTP - PRETREATMENT REHABILITATION" or "LSWTP CRYPTO COMPLIANCE IMPROVEMENTS". The Work is comprised into three (3) Contracts: Contract No. 1 - General Construction, Contract No. 2 - Electrical Construction, and Contract No. 3 - Combined General and Electrical Construction. Individual Bids will be received for each Contract as well as Contract No. 3 - Combined General and Electrical Construction. The Owner will not accept a combined Bid unless that Bid is lower than the combined total of the lowest and best Bids for the Separate Contracts. The Work for each Contract is generally described as follows: Contract No. 1: General Construction: Work generally consists of improvements to the existing pretreatment system, powdered activated carbon (PAC) system, finished water transfer pump station at the Fargo Lime Softening Water Treatment Plant (LSWTP) including: demolition; replacement of eight flocculators; replacement of baffle walls; replacement of sludge rake and cage assemblies; concrete basin modifications; stainless steel slide gates; permanent blowdown pump system; vertical turbine pump removal, refurbishing, and reinstallation; ultraviolet (UV) system; in-line mechanical mixer; ferric sulfate and sodium hydroxide chemical feed systems; valves and actuators; process piping; miscellaneous architectural and mechanical improvements; and all associated appurtenances. Contract No. 2: Electrical Construction: Work generally consists of electrical construction associated with the improvements to the existing pretreatment system, PAC system, and finished water transfer pump station at the Fargo LSWTP including: motor control center (MCC) modifications and replacement; variable frequency drives(VFDs); control panels and control panel modifications; electrically actuated valves; electric heaters; power and conduit; and lighting system upgrades. Contract No. 3: Combined General and Electrical Construction: Work generally includes construction consisting of the Work described under Contract 1 - General Construction and Contract 2 - Electrical Construction. All Bids shall be contained in a sealed envelope plainly marked showing that such envelope contains a Bid for the Project. Also refer to Section 00 21 13 - INSTRUCTIONS TO BIDDERS for preparation of Bid information. All Bids shall be prepared according to the Instructions to Bidders contained within the Project Manual. Each Bid shall be accompanied by a separate envelope containing a Bid Security in the form of a Bidder's Bond executed by the Bidder as principal and by a surety company authorized to do business in the State of North Dakota, payable to the City of Fargo, in a sum equal to five percent (5%) of the full amount of the Bid. A certified check in lieu of a surety company in the amount of five percent (5%) of the total project cost will not be accepted. This is to serve as a guarantee that the successful Bidder will enter into a Contract within fifteen (15) days of Notice of Award, in accordance with the terms of the principal's Bid and Contractor's Bond as required by law and regulations and determinations of City of Fargo for the performances of such Work. Only Bids that are accompanied by such a Bond will be considered. Contracts shall be awarded on the basis of the low Bid submitted by a qualified, responsible, and responsive Bidder deemed most favorable to the City's interest. The City of Fargo reserves the right to reject any and all Bids, to waive any informality in any Bid, to hold all Bids for a period not to exceed forty-five (45) days form the date of opening Bids. All Work shall be performed in accordance with the Bidding Documents on file in the Office of City of Fargo, ND where they may be seen and examined. Bidders must be licensed for the full amount of the Bid as required by North Dakota Century Code 43 -07-05. Each Bid shall contain a copy of the Contractor's license or certificate of renewal thereof issued by the Secretary of State. All Bids must be submitted on the Bid Form furnished by the Engineer. No Bid will be read or considered that does not fully comply with the above provisions and other provisions contained within the Bidding Documents, and any deficient Bid submitted will be returned to the Bidder unopened. Bidders on this Work will be required to comply with the Presidential Executive Order No. 11246, as amended. The requirements for Bidders and Contractors under this order include EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION REQUIREMENTS, DAVIS-BACON WAGE RATE REQUIREMENTS, AND AMERICAN IRON AND STEEL REQUIREMENTS as explained in the Specifications. Bidders on this Work will be required to comply with Title 40 CFR Part 33 - Participate by Disadvantaged Business Enterprises in the United States Environmental Protection Agency Programs. The requirements for Bidders and Contractors under this regulation concern utilization of Minority Business Enterprises (MBE), Women's Business Enterprises (WBE), and Small Business Enterprises (SBE) and are explained in the specifications. The goal for MBE is 2% of the total dollar value of the project. The goal for WBE is 3% of the total dollar value of the project. MBE/WBE Subcontractor Solicitation Information shall be enclosed in the required Bid Bond envelope. Failure to include the form in the Bid Bond Envelope will result in the Bid not being opened. All Bids will be made on the basis of cash payment for such work. After Bid opening, the Owner will return Bid security of all except the three lowest responsible Bidders. When the Contract is awarded, the remaining unsuccessful Bidder's Bonds will be returned. The Owner reserves the right to reject any or all Bids, and further reserves the right to award the Contract in the best interests of the Owner. The Owner reserves the right to hold the three (3) low Bids for a period of forty-five (45) days after the date of the Bid opening to complete financial arrangements. Please view the full advertisement for bids at www.AE2S.com
Bid Protests Not Available

Similar Past Bids

Fargo North dakota 17 Jun 2021 at 4 AM
Fargo North dakota 12 Jan 2021 at 5 AM
Fargo North dakota 10 Sep 2021 at 4 AM