ADVERTISEMENT FOR BIDS
Owner: Joint Well Field, Inc.
Owner's Address: c/o Brookings-Deuel Rural Water System
47602 SD-28
Toronto, SD 57268
Project: Joint Well Field Expansion
Schedule 5: Raw Water Main and Well Buildings
Sealed BIDS for the construction of the Joint Well Field Expansion – Schedule 5: Raw Water Main and Well Buildings Project will be received by Joint Well Field, Inc at the Brookings-Deuel Rural Water System office, before 10:00 A.M. local time April 7, 2026, and then at said office publicly opened and read aloud. Bids will be acted upon by the Owner at a later time. The Project shall consist of the following work and approximate quantities and kinds of materials:
Construction of two (2) well meter buildings and installation of associated raw water pipeline connecting existing groundwater supply wells to the water treatment plant.
Work includes furnishing and installing approximately 1.5 miles of raw water pipeline consisting of 8-inch to 24-inch diameter pipe, including fittings, valves, hydrants, ties to existing, and appurtenances, to convey raw water from Well No. 11 and Well No. 13 to the water treatment plant.
Each well meter building shall include structural, mechanical, electrical, controls, and instrumentation systems, including well control equipment, magnetic flow meters, isolation valves, pressure instrumentation, HVAC equipment, and associated site work.
The CONTRACT DOCUMENTS may be examined at the following locations:
Brookings-Deuel Rural Water
47602 SD-28
Toronto, SD 57268
DGR Engineering
1302 South Union Street
Rock Rapids, Iowa 51246
Complete digital project bidding documents are available at www.questcdn.com. You may download the digital plan documents for $22.00 by inputting Quest project 10104531 on the website's Project Search page. Please contact QuestCDN.com at 952-233-1632 or info@questcdn.com for assistance in free membership registration, downloading, and working with this digital project information.
Electronic bids will be accepted through QuestCDN. Electronic bids must be submitted through the QuestCDN online bidding interface prior to the bid opening time. Bidders must download the digital bidding documents from QuestCDN in order to submit an electronic bid. An additional online bidding fee of $42.00 will be charged by QuestCDN and is payable by the bidder. For assistance with the electronic bidding process, contact QuestCDN.
An optional paper set of the proposal forms and specifications for individual use may be obtained from the office of the Engineer, DGR Engineering, 1302 South Union, P.O. Box 511, Rock Rapids, Iowa 51246, telephone 712-472-2531, Fax 712-472-2710, e-mail: dgr@dgr.com, upon payment of $200.00, none of which is refundable. Contractors resident in South Dakota who intend in good faith to submit a Bid shall be furnished one (1) free paper set of proposed forms, plans, and specifications upon request.
All proposals shall be made on forms provided by the Engineer.
Each bid must be accompanied by bid security payable to the Owner for either A) five percent (5%) of the total bid in the form of a certified or bank check, or B) ten percent (10%) as a Bid Bond. As soon as the bid prices have been compared, the Owner will return the bond of all except the three lowest, responsive, responsible bidders for each Schedule. The bonds of the two remaining unsuccessful bidders will be retained until the earlier of seven days after the Effective Date of the Agreement or 30 days after the Bid opening. The bond of the successful bidder will be retained until the contract and surety bond have been executed and approved, after which it will be returned.
Bidders on this work will be required to comply with Title 40 CFR 33 and executive order 12138. The goals and other requirements for Bidders and Contractors under this regulation which concerns utilization of Minority Business Enterprises (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 this job.
Bidders will be required to comply with Davis Bacon Wage Rate Requirements.
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.
Please be advised that waivers or 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.
NONDISCRIMINATION IN EMPLOYMENT
(a) Bidders on this work will be required to comply with 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 the 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 Specification.
(b) 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 minority utilization which shall be included in all federal and federally assisted construction contracts and subcontracts in excess of $10,000 shall be 0.8%. 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 federally and federally assisted contract or subcontract.
The low responsive bidder must assure compliance with the requirements of Public Law 115-232, Section 889, Prohibition on Certain Telecommunications and Video Surveillance Services or Equipment. Contractors must assure that telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities), and video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities) WILL NOT be supplied for the project.
Based on the “American Iron and Steel (AIS)” provisions of P.L. 113-76, Consolidated Appropriations Act of 2014, §436, Clean Water State Revolving Loan Fund (CWSRF) and Drinking Water State Revolving Loan Fund (DWSRF) assistance recipients are required to use iron and steel products that are produced in the United States for projects for the construction, alteration, maintenance, or repair of a public water system or treatment works. The Contractor shall provide documentation of their compliance with “American Iron and Steel (AIS)” provisions upon request.
With submittal of a Bid, the Contractor represents that they have visited the site, familiarized themselves with the local conditions under which the work is to be performed, and correlated their observations with the requirements of the Contract Documents.
The Owner reserves the right to reject any and all bids or to accept any bid. Contractor's Proposals shall hold firm for thirty (30) days from the date of opening. Mutually agreed upon extensions of time may be made, if necessary.
Published on March 13 & 20, 2026 at the total approximate cost of $199.00 and may be viewed free of charge at www.sdpublicnotices.com
OWNER’S NAME
By /s/ Reed Andries
General Manager