Turkey Creek Regional Sewer District Bids
August 17, 2021 at 1:04 p.m.
By -
NORTHSHORE - EASTSHORE COLLECTION SYSTEM
NOTICE FOR BIDS
Notice is hereby given, in accordance with IC 36-1-12-4 and IC 5-3-1-2,that Turkey Creek Regional Sewer District, located in Kosciusko County, Indiana, hereinafter referred to as the "Owner" or the "District", will receive sealed proposals for the construction of its Northshore-Eastshore Collection System, Contract 6 (the "Project").
Sealed proposals are invited and may be delivered or forwarded by registered mail, addressed to the Owner: Turkey Creek Regional Sewer District; 4852 N 1200 W. Cromwell, IN. Attn: Tim Woodward, until 12:00 pm. local time,on Friday,September 17,2021. Bids for the Project ("Bids") will then be opened and publicly read aloud at 12:00 pm local time,on Friday September 17, 2021, by the Owner at a public meeting located at the Owner's Office at 4852 N 1200 W. Cromwell, IN. All interested citizens are invited to attend.
In general, the Project includes the following work items:
Approximately 9,600 LF of 8-inch gravity sewer with five pump stations, four small package pump stations on Northshore Drive and one main pump station on Eastshore Drive with approximately 2,700 LF of 3 to 6-inch force mains.
A non-mandatory pre-bid meeting will be held at the District's Office located at 4852 N 1200 W. Cromwell, IN for all potential Bidders (as hereinafter defined) on September 10, 2021, at 10:00 am.
All prime contractors; subcontractors; small, minority or women owned enterprises; and other interested parties are encouraged and invited to attend.
The Contract Documents that describe the Project and all other relevant materials ("Contract Documents") will be shared electronically at no cost via www.jhplanroom.com. Following request for the Contract Documents by the potential Bidder ("Bidder(s)"),Jones & Henry Engineers Ltd. (referred to as "Engineer" or "J&H") will provide appropriate file sharing permissions to view and download these documents. Bidders must request access to the Contract Documents by email to [email protected] or Eastern Engineering at 260-426-3119.
The Contract Documents are also available for public inspection at the J&H office located at 2420 North Coliseum Blvd, Ste 214,Fort Wayne, Indiana 46805 or the District Office.
Copies of Bidding Documents and Contract Documents may be obtained electronically from www.jhplanroom.com.There is no charge to download from the digital print-room,however, registration is required. If hard copies of the bidding documents are needed, they can be ordered from the print-room for a fee. If you have any problems using the digital print-room,you are encouraged to contact either the Engineer's Project Manager, or Eastern Engineering at 260-426-3119.
Neither the Owner nor its Engineer will be responsible for partial sets of documents obtained from any other source. All Bidders should register with J&H. If Bidders fail to register and do not receive updated information, their bids shall be deemed unresponsive if any required items are not included.
The work to be performed and the proposals to be submitted shall include sufficient and proper sums for all general construction, mechanical and electrical installation, labor, materials, tools, equipment, taxes (both Federal and State) where appropriate, permits, licenses, insurance, service costs,and so forth, incident to and required for the construction of the Project.
Each proposal must be enclosed in a sealed envelope bearing the title of the Project (Turkey Creek Regional Sewer District Northshore-Eastshore Collection System) and the name and address of the Bidder. All proposals must be submitted on the itemized proposal forms as identified in the Contract Documents.
Proposals shall be properly and completely executed on Bid forms provided by the Engineer which include the Non-Collusion Affidavit. Proposals shall include Bid Form No. 96,Contractor's Bid for Public Works, as required by statute. A certified check or bank draft drawn on a solvent bank in the State of Indiana payable without condition to the Owner or a satisfactory bid bond executed by the Bidder and a surety company,in an amount equal to five (S) percent of the bid shall be submitted with each Bid. The Bidder's certified check or bid bond will be held by the Owner as evidence that the Bidder will, if awarded the contract, enter into same with the Owner upon notification from him to do so within ten (10) days of said notification. Bids shall be submitted in accordance with the "Instructions to Bidders", and all contractual terms and conditions that apply to the public works project included in this Project Manual. In addition to price,bids will be evaluated based on whether the Bidder is responsible, and if the Bidder's proposal is responsive.
The Owner reserves the right to reject any proposal for being unresponsive or deemed irresponsible, reject all proposals, or to accept,upon determination of any combination of the base bid and bid alternates the District is able to finance, the lowest responsive and responsible proposal/Bidder for the selected aggregate. Any proposal may be withdrawn prior to the above scheduled time for the opening of proposals or authorized postponement thereof. Any proposal received after the time and date specified shall not be considered. No proposal may be withdrawn after the scheduled closing time for receipt of Bids for at least ninety (90) days while final project approvals are acquired from the Indiana Finance Authority State Revolving Fund.
Approved Performance and Payment Bonds guaranteeing faithful and proper performance of the work and materials,to be executed by an acceptable surety company, will be required of the contractor at the time the contract is executed. The bonds will be in the amount of one hundred percent (100%) of the Contract Price and must be in full force and effect for a period of twelve (12) months from the "Substantial Completion" of the Project. Failure to execute a contract and to furnish a Performance and Payment Bond as hereinafter set out will be cause for forfeiture to the Owner of the amount of money represented by the Certified Check or Bidder's Bond as, and for, liquidated damages.
All applicable laws, ordinances,and the rules and regulations of all authorities having jurisdiction over construction of the Project shall apply to the Project throughout.
A conditional or qualified Bid will not be accepted.
Award will be made to the lowest, responsive, and responsible Bidder. The lowest, responsive, and responsible Bidder must be approved by the Indiana Finance Authority (IFA) State Revolving Fund (SRF).
• 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 listed 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 de minimis and minor components waiver apply to this contract.
Each Bidder is responsible for inspecting the Project site(s) and for reading and being thoroughly familiar with the Contract Documents and Specifications (as defined in the Contract Documents). The failure or omission of any Bidder to do any of the foregoing shall in no way relieve any Bidder from any obligation with respect to its Bid.
Wage rates on the project shall not be less than the Federal Davis-Bacon wage scale published by the U.S. Department of labor. The most recently issued wage scale determination published prior to the date of Bid opening shall be the final applicable wage determination for the Project.
No consideration for escalation on prices can be considered and therefore,contractors are advised to not include any such escalation clauses in their proposals for this project.
The Owner reserves the right to reject all Bids, and to waive any irregularities and informalities in bidding that do not impact the Bidder's responsiveness or the determination as to the Bidder being responsible.
All questions/comments should be directed to the Engineer at: John Magsam at [email protected] All questions and comments shall be submitted to the Engineer at least five (5) days prior to the bid opening day. Questions/comments received after this time/date may or may not be answered.
TURKEY CREEK REGIONAL SEWER DISTRICT
8-19,26 hspaxlp
NORTHSHORE - EASTSHORE COLLECTION SYSTEM
NOTICE FOR BIDS
Notice is hereby given, in accordance with IC 36-1-12-4 and IC 5-3-1-2,that Turkey Creek Regional Sewer District, located in Kosciusko County, Indiana, hereinafter referred to as the "Owner" or the "District", will receive sealed proposals for the construction of its Northshore-Eastshore Collection System, Contract 6 (the "Project").
Sealed proposals are invited and may be delivered or forwarded by registered mail, addressed to the Owner: Turkey Creek Regional Sewer District; 4852 N 1200 W. Cromwell, IN. Attn: Tim Woodward, until 12:00 pm. local time,on Friday,September 17,2021. Bids for the Project ("Bids") will then be opened and publicly read aloud at 12:00 pm local time,on Friday September 17, 2021, by the Owner at a public meeting located at the Owner's Office at 4852 N 1200 W. Cromwell, IN. All interested citizens are invited to attend.
In general, the Project includes the following work items:
Approximately 9,600 LF of 8-inch gravity sewer with five pump stations, four small package pump stations on Northshore Drive and one main pump station on Eastshore Drive with approximately 2,700 LF of 3 to 6-inch force mains.
A non-mandatory pre-bid meeting will be held at the District's Office located at 4852 N 1200 W. Cromwell, IN for all potential Bidders (as hereinafter defined) on September 10, 2021, at 10:00 am.
All prime contractors; subcontractors; small, minority or women owned enterprises; and other interested parties are encouraged and invited to attend.
The Contract Documents that describe the Project and all other relevant materials ("Contract Documents") will be shared electronically at no cost via www.jhplanroom.com. Following request for the Contract Documents by the potential Bidder ("Bidder(s)"),Jones & Henry Engineers Ltd. (referred to as "Engineer" or "J&H") will provide appropriate file sharing permissions to view and download these documents. Bidders must request access to the Contract Documents by email to [email protected] or Eastern Engineering at 260-426-3119.
The Contract Documents are also available for public inspection at the J&H office located at 2420 North Coliseum Blvd, Ste 214,Fort Wayne, Indiana 46805 or the District Office.
Copies of Bidding Documents and Contract Documents may be obtained electronically from www.jhplanroom.com.There is no charge to download from the digital print-room,however, registration is required. If hard copies of the bidding documents are needed, they can be ordered from the print-room for a fee. If you have any problems using the digital print-room,you are encouraged to contact either the Engineer's Project Manager, or Eastern Engineering at 260-426-3119.
Neither the Owner nor its Engineer will be responsible for partial sets of documents obtained from any other source. All Bidders should register with J&H. If Bidders fail to register and do not receive updated information, their bids shall be deemed unresponsive if any required items are not included.
The work to be performed and the proposals to be submitted shall include sufficient and proper sums for all general construction, mechanical and electrical installation, labor, materials, tools, equipment, taxes (both Federal and State) where appropriate, permits, licenses, insurance, service costs,and so forth, incident to and required for the construction of the Project.
Each proposal must be enclosed in a sealed envelope bearing the title of the Project (Turkey Creek Regional Sewer District Northshore-Eastshore Collection System) and the name and address of the Bidder. All proposals must be submitted on the itemized proposal forms as identified in the Contract Documents.
Proposals shall be properly and completely executed on Bid forms provided by the Engineer which include the Non-Collusion Affidavit. Proposals shall include Bid Form No. 96,Contractor's Bid for Public Works, as required by statute. A certified check or bank draft drawn on a solvent bank in the State of Indiana payable without condition to the Owner or a satisfactory bid bond executed by the Bidder and a surety company,in an amount equal to five (S) percent of the bid shall be submitted with each Bid. The Bidder's certified check or bid bond will be held by the Owner as evidence that the Bidder will, if awarded the contract, enter into same with the Owner upon notification from him to do so within ten (10) days of said notification. Bids shall be submitted in accordance with the "Instructions to Bidders", and all contractual terms and conditions that apply to the public works project included in this Project Manual. In addition to price,bids will be evaluated based on whether the Bidder is responsible, and if the Bidder's proposal is responsive.
The Owner reserves the right to reject any proposal for being unresponsive or deemed irresponsible, reject all proposals, or to accept,upon determination of any combination of the base bid and bid alternates the District is able to finance, the lowest responsive and responsible proposal/Bidder for the selected aggregate. Any proposal may be withdrawn prior to the above scheduled time for the opening of proposals or authorized postponement thereof. Any proposal received after the time and date specified shall not be considered. No proposal may be withdrawn after the scheduled closing time for receipt of Bids for at least ninety (90) days while final project approvals are acquired from the Indiana Finance Authority State Revolving Fund.
Approved Performance and Payment Bonds guaranteeing faithful and proper performance of the work and materials,to be executed by an acceptable surety company, will be required of the contractor at the time the contract is executed. The bonds will be in the amount of one hundred percent (100%) of the Contract Price and must be in full force and effect for a period of twelve (12) months from the "Substantial Completion" of the Project. Failure to execute a contract and to furnish a Performance and Payment Bond as hereinafter set out will be cause for forfeiture to the Owner of the amount of money represented by the Certified Check or Bidder's Bond as, and for, liquidated damages.
All applicable laws, ordinances,and the rules and regulations of all authorities having jurisdiction over construction of the Project shall apply to the Project throughout.
A conditional or qualified Bid will not be accepted.
Award will be made to the lowest, responsive, and responsible Bidder. The lowest, responsive, and responsible Bidder must be approved by the Indiana Finance Authority (IFA) State Revolving Fund (SRF).
• 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 listed 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 de minimis and minor components waiver apply to this contract.
Each Bidder is responsible for inspecting the Project site(s) and for reading and being thoroughly familiar with the Contract Documents and Specifications (as defined in the Contract Documents). The failure or omission of any Bidder to do any of the foregoing shall in no way relieve any Bidder from any obligation with respect to its Bid.
Wage rates on the project shall not be less than the Federal Davis-Bacon wage scale published by the U.S. Department of labor. The most recently issued wage scale determination published prior to the date of Bid opening shall be the final applicable wage determination for the Project.
No consideration for escalation on prices can be considered and therefore,contractors are advised to not include any such escalation clauses in their proposals for this project.
The Owner reserves the right to reject all Bids, and to waive any irregularities and informalities in bidding that do not impact the Bidder's responsiveness or the determination as to the Bidder being responsible.
All questions/comments should be directed to the Engineer at: John Magsam at [email protected] All questions and comments shall be submitted to the Engineer at least five (5) days prior to the bid opening day. Questions/comments received after this time/date may or may not be answered.
TURKEY CREEK REGIONAL SEWER DISTRICT
8-19,26 hspaxlp
Have a news tip? Email [email protected] or Call/Text 360-922-3092