Notice to Bidders-Mt. Fork Improvements
Advertisement for Bids
Notice to Bidders
Notice is hereby given that McCurtain County RWD #8 hereinafter called the "Owner" will receive sealed bids at the Office of the 1803 N. US Highway 259 Broken Bow, Oklahoma, until 2PM on the 31st day of March 2026.
Water Main Improvements
Craig Rd, Bait Shop Rd, and Rodeo Rd
All bids received at said time shall be publicly opened and read aloud. All work shall be performed and all construction and material used and furnished shall be in accordance with the Plans and Specifications prepared by A.L. Franks Engineering, and on file in the office of the McCurtain County RWD #8 Office.
The Notice to Bidders, Form of Bid, Form of Contract, Plans and Specifications, Forms of Bid Bond, Performance and Statutory Payment Bond, and other Contract Documents may be examined at the following:
McCurtain County RWD #8
1803 N. US Highway 259
Broken Bow, OK 74728
or
A.L. Franks Engineering
118 East Broad Street
Texarkana, AR 71854
A PDF copy will be provided at no cost, if a hard copy for a complete set of Plans and Specifications is requested to by a prospective bidder, it may be obtained at the website of alfranksengineering.com upon payment of $ 150.00.
Each bidder shall accompany his original bid, with a certified or Cashier's Check on a solvent bank located in Oklahoma or a Bidder's Bond, in the amount of five (5) percent of the amount bid, as a guarantee of his ability to perform the contract bid upon, and that he will enter into a written contract with the Owner to perform said work and/or furnish said materials in accordance with said plans and specifications and furnish the required bonds within ten (10) days after the acceptance of his bid.
The deposit will be retained by the Owner as, and for, liquidated damages in case the successful bidder fails to enter in said contract and furnish the required bonds provided for in the specifications within the time required. Deposit of the unsuccessful bidders will be returned upon the execution of the Contract and required bonds.
Each bidder shall accompany his bid with a DW- 412 Noncollusion Affidavit and a DW-413 Business Relationships Affidavit in writing displaying that the Bidder has not directly or indirectly entered into an agreement, express of implied, with any other bidder or the price or amount of such bid or any bids, the limiting of the bids or bidders, the paying to anyone any money for promotion expenses, the parceling or farming out to any bidder or bidders or other persons of any part of the contract or any part of the subject matter of the bid or of the profits thereof.
Performance, Maintenance and Statutory Payment Bonds in the amount of 100% of the contract price with a Corporate Surety licensed in Oklahoma and approved by the Owner and Engineer, will be required for the faithful performance of the contract. A Maintenance Bond guaranteeing the repair of all damage due to improper materials or workmanship for a period of one (1) year, after the acceptance of the work by the Owner, will be required.
This project is to be financed by ARPA Funding, EPA Funding, and Local Funding. The following requirements shall apply:
A. "Equal Opportunity in Employment: All qualified applicants will receive considerations for employment without regard to race, color, religion, sex, national origin, age or physical handicap. 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."
B. "Each bidder must fully comply with the requirement, terms and conditions of the Department of Environmental Quality Small, Minority, Women's Businesses Requirements including affirmative steps to contract with small, minority and women's businesses during the performance of this contract. The bidder commits itself to the affirmative steps to contract with small, minority and women's businesses contained herein and all other requirements, terms and conditions of these bid conditions by submitting a properly signed bid. Requirements are contained in DEQ Guidance and Procedures, DW-700."
C. "All bidders must comply with the Anti-Kickback Act and the Contract Work Hours Standards Act."
"Davis Bacon Act wage rules shall apply. All laborers and mechanics employed by contractors and sub- contractors on projects funded directly by or assisted in whole or in part by and through the Federal Government shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter IV of Chapter 31 of Title 40, United States Code. The Department of Labor provides all pertinent information related to compliance with labor standards, including prevailing wage rates and instructions for reporting. For more information please refer to http://www.sam.gov."
E. "American Iron and Steel provisions also apply to projects funded directly by or assisted in whole or in part by and through the Federal Government pursuant to the Safe Drinking Water Act, Section 1452(a)(4), requiring that all iron and steel products used for a project for the construction, alteration, maintenance or repair of a public water system are produced in the United States."
F. "This project is subject to Build America, Buy America (BABA) Act requirements. The BABA Act requires none of the funds made available for a Federal financial assistance program for infrastructure, including each deficient program, may be obligated for a project unless all of the iron, steel, manufactured products, and construction materials used in the project are produced in the United States. The BABA Act requirement does not supersede the AIS requirement, and both provisions still apply and work in conjunction."
G. System for Award Management (SAM) registration is required for all DWSRF program applicants and Awardees (Entities, prime contractors, subcontractors, vendors) in order to be awarded contracts by the DWSRF program. SAM replaces Central Contractor Registration/Federal Agency Registration, Online Representations and Certifications Application, and Excluded Parties List System. Applicants and awardees are required to complete a one-time free registration to provide basic information relevant to procurement and financial transactions. New Applicants and awardees please go to Sam.gov to complete the registration process.
Note: In order to register in SAM, a Unique Entity Identification (UEI) number will be required. A UEI is a 12-character (alpha-numeric) code that uniquely identifies all entities. Any entity registering to do business with the government in terms of contracts or grants and assistance awards is required to have one. Unique Entity IDs are issued by SAM.gov and are a part of an entity's record in the Entity Information section of SAM.gov.
The bids filed with the McCurtain County RWD #8 will be opened and considered by the McCurtain County RWD #8, at a meeting to be held in the 1803 N. US Highway 259 Broken Bow , Oklahoma at 2pm on the 31st day of March, 2026 , but all bids shall remain on file at least forty-eight (48) hours thereafter before a contract will be made and entered into thereon.
A pre-bid conference will be held on this project at 17th on the day of March 2026, at 10am in the 1803 N. US Highway 259 Broken Bow, Oklahoma. The pre-bid conference is optional, but recommended.
The contract is to be awarded to the lowest responsive, responsible bidder. The Owner reserves the right to waive any informalities in the bidding and the right to reject any and all bids in accordance with the Oklahoma Competitive Bidding Act. Conditional bids shall not be accepted.
March 4, 2026
Randy McMurl, Manager
LPXLP
March 4, 11 2026
LOKL0469582