Projectsimage descriptionMullinville Water System Improvements 2021

Status: Completed
Owner: City of Mullinville, Kansas
Location
Mullinville, Kansas
Addendum ADDENDAS NO. 1 & 2

The City of Mullinville, Kansas, (Owner) is requesting Bids for the construction of the following Project:

Mullinville Water System Improvements 2021
KPWSLF Project No. 3014
RD USDA Project No. 18-049328103935
CDBG Project No. 21-PF-025

Bids for the construction of the Project will be received at the City of Mullinville located at 110 S Main Street, Mullinville, Kansas 67109, until Thursday, January 20, 2022, at 11 A.M. local time. At that time the Bids received will be publicly opened and read.

The Project includes the following Work:

The major items of work include water line improvements: the replacement of cast iron and PVC lines with approximately 330 linear feet of 2”, 130 linear feet of 3”, 120 linear feet of 4”, 12,300 liner feet of 6”, and 800 linear feet of 8” PVC pipe; installation of 18 fire hydrants, 85 valves, and 119 service connections with water meters; removing and replacing paving, gravel, sidewalk, curb, and gutter damaged by water line installation; and other appurtenances.

Bids are requested for the following Contract: Mullinville Water System Improvements 2021

Obtaining the Bidding Documents
Information and Bidding Documents for the Project can be found at the following designated website:

EBH Civil Engineering & Surveying | Plan Room (ebhengineering.com)

Bidding Documents may be downloaded from the designated website. Prospective Bidders are urged to register with the designated website as a plan holder, even if Bidding Documents are obtained from a plan room or source other than the designated website in either electronic or paper format. The designated website will be updated periodically with addenda, lists of registered plan holders, reports, and other information relevant to submitting a Bid for the Project. All official notifications, addenda, and other Bidding Documents will be offered only through the designated website. Neither Owner nor Engineer will be responsible for Bidding Documents, including addenda, if any, obtained from sources other than the designated website.

The Issuing Office for the Bidding Documents is:
EBH & Associates, P.A.
306 S Main Street, Pratt, Kansas 67124; Tel: (620) 672-1112; E-Mail: AlanL@EBHengineering.com

Prospective Bidders may obtain or examine the Bidding Documents at the Issuing Office on Monday through Friday between the hours of 8:00 to 12:00 p.m. and 1:00 to 5:00 p.m., and may obtain copies of the Bidding Documents from the Issuing Office as described below. 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 may be obtained at the Engineer’s office upon depositing $175.00 for each paper set. No charge for electronic copies. No refunds will be made. Checks for Bidding Documents shall be payable to EBH & Associates, P.A. The date that the Bidding Documents are transmitted by the Issuing Office will be considered the prospective 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.

Project Funding – This project is partially funded by the Kansas Public Water Supply Revolving Loan Fund through the Kansas Department of Health and Environment (KDHE), by Community Development Block Grant #21-PF-025 provided through the Kansas Department of Commerce and by USDA Rural Development funds provided by the United States Department of Agriculture. Attention of bidders is particularly called to the requirements as to conditions of employment to be observed and Federal prevailing wage rates to be paid under the contract (Davis Bacon Act), Section 3 of 1968 Housing Act, Segregated Facility, Section 109 of the 1984 Housing and Community Development Act and Executive Order 11246, and the Civil Rights Act of 1964.

Bidders on this work will be required to comply with the presidents Executive Order No. 11246 (Equal Employment Opportunity) as amended. Requirements for bidders and contractors under this order are explained in the specifications.

“Bidders must fully comply with Subpart C of 2 CFR Part 180 and 2 CFR Part 1532, entitled Responsibilities of Participants Regarding Transactions. Contractors, subcontractors, or suppliers that appear on the Excluded Parties List System at www.sam.gov are not eligible for award of any contracts funded by the KDHE State Revolving Fund programs.”

All contracts and subcontracts exceeding $100,000, at any tier under a SRF Loan Agreement shall comply with the Anti-Lobbying Act, Section 319 of Public Law 101-121, and file an Anti-Lobbying Certification form, and the Disclosure of Lobbying Activities form, if required, to the next tier above.

Pre-bid Conference: A pre-bid conference is not scheduled.
Instructions to Bidders.
For all further requirements regarding bid submittal, qualifications, procedures, and contract award, refer to the Instructions to Bidders that are included in the Bidding Documents.

American Iron and Steel

Section 746 of Title VII of the Consolidated Appropriations Act of 2017 (Division A – Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2017) and subsequent statutes mandating domestic preference applies an American Iron and Steel requirement to this project. All iron and steel products used in this project must be produced in the United States. 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 following waivers apply to this Contract:
De Minimis,
Minor Components,
Pig iron and direct reduced iron.