ADVERTISEMENT

Section 00030 - ADVERTISEMENT FOR BIDS Sealed bids for the Ozone System Improvements, according to the drawings and specifications will be received by the City Auditor or their designee at the City of Fargo (225 4th Street North, Fargo, ND 58102) until 11:00 a.

Section 00030 - ADVERTISEMENT FOR BIDS
Sealed bids for the Ozone System Improvements, according to the drawings and specifications will be received by the City Auditor or their designee at the City of Fargo (225 4th Street North, Fargo, ND 58102) until 11:00 a.m. on July 28, 2021 and then publicly opened and read aloud at City Hall. The Contract Documents may be examined at the following locations:
Apex Engineering Group, Inc. - 4733 Amber Valley Parkway South, Fargo, ND 58104
Fargo-Moorhead Builder's Exchange - 1010 Page Drive, Fargo, ND 58103
Bismarck Mandan Builder's Exchange - 805 Adobe Trail, Mandan, ND 58554
Minot Builder's Exchange - 2424 Burdick Expressway E, Minot, ND 58701
Minneapolis Builder's Exchange - 1123 Glenwood Avenue, Minneapolis, MN 55405
Fargo Water Treatment Plant - 435 14th Avenue South, Fargo, ND 58102
The Contract Documents are available for download from the QuestCDN.com web site for $60.00 (QuestCDN Project #7896748). Bidders may also obtain hard copies of the Contract Documents from the office of Apex Engineering Group, Inc., 4733 Amber Valley Parkway South, Fargo, ND 58104 upon payment of a non-refundable fee of $200.00.
Bids shall be based upon cash payment for the following general items:
Ozone improvements including installation and start-up of pre-procured ozone generator and vacuum swing adsorption (VSA) system, new oxygen receiver tank, new electric vaporizers, new stainless steel piping, and other miscellaneous appurtenances.
Bids will be received as a Lump Sum bid for combined General, Mechanical, and Electrical Construction and also for separate Mechanical Work and separate General/Electrical Work. The Owner intends to award the Bid based on either the lowest separate Bids or the lowest combined Bid, which is in their best interest. The Owner reserves the right to reject any and all Bids.
A pre-bid conference will be held at the Fargo Water Treatment Plant (435 14th Avenue South) on July 13, 2021 at 10:00 am followed by a site tour. Attendance is strongly encouraged.
Each Bid shall be accompanied by a separate envelope containing a Bidder's Bond in a sum equal to five percent (5%) of the full amount of the Bid, executed by the Bidder as principal and by a surety company authorized to do business in this state, conditioned that if the principal's Bid is accepted and the contract awarded to the principal, the principal, within ten (10) days after Notice of Award, shall execute and effect a contract in accordance with the terms of his Bid and a Contractor's Bond as required by law and the regulations and determinations of the governing body. The Bid Bond of the three lowest Bidders will be retained until the contract has been awarded and executed, but not longer than sixty (60) days. The Bid security is a guarantee that the Bidder will enter into contract for the work described in the Proposal. The bidder shall submit a Bid Bond to the City of Fargo, North Dakota.
All Bidders shall have a valid North Dakota Contractor's license of the appropriate Class for the work, as required by Section 43-07-05 (NDCC). Bidders shall enclose a copy of the license or Certificate of Renewal in the same envelope as the Bidder's Bond, as required under Section 43-07-12 (NDCC). Failure to do so will render the Bid invalid.
Receipt of all Addenda issued during bidding shall be acknowledged by the Bidder on the outside of the Bid Envelope. Failure to acknowledge any Addenda issued during bidding shall render the Bid invalid.
No Bid will be read or considered unless it fully complies with the Bond and license requirements. Any deficient Bid will be resealed and returned to the Bidder immediately.
The successful Bidder shall be required to furnish both a Performance Bond and Payment Bond in the full amount of the Contract.
Bidders on this work will be required to comply with Title 40 CFR Part 33 - Participation 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. To demonstrate a good faith effort to comply, bidders must include the MBE/WBE subcontractor solicitation form in the bid package.
Bidders on this work will be required to comply with the President's Executive Order No. 11246, as amended. The requirements for bidders and contractors under this order are explained in the specifications.
Bidders on this work will be required to comply with American Iron and Steel requirements of the Consolidated Appropriations Act, 2014. The requirements for bidders and contractor under this regulation are explained in the specifications.
The Work under this Contract shall be Substantially Completed by March 04, 2022 and shall achieve Final Completion by April 1, 2022. Other milestones and constraints referenced in the specifications shall be adhered to.
ALL QUESTIONS REGARDING THE CONTRACT DOCUMENTS SHALL BE DIRECTED TO THE OFFICE OF: Apex Engineering Group, Inc. by email at Tim.Paus tian@ApexEngGroup.com. All questions must be received in writing or by email on or before seven (7) days prior to the bid opening. Responses to technical questions will be issued by addendum within five (5) days prior to the bid opening.
Dated this 14th day of June, 2021.
(June 30; July 7 & 14, 2021)2894427