NAPPANEE - ADVERTISEMENT FOR BIDS

July 28, 2016 at 4:25 p.m.

By -

ADVERTISEMENT FOR BIDS
CITY OF NAPPANEE, INDIANA
NAPPANEE MUNICIPAL AIRPORT
ELKHART COUNTY
RUNWAY & TAXIWAY RESURFACING PROJECT
    NOTICE IS HEREBY GIVEN that the City of Nappanee hereinafter referred to as the OWNER, will receive sealed bids for the construction of the Nappanee Runway & Taxiway Resurfacing Project.
    Sealed bids are invited and may be forwarded by registered mail, addressed to the City, in care of the Clerk-Treasurer or delivered in person to the Clerk-Treasurer, and will be considered by the OWNER at a public meeting called to receive and open such proposals not later than 3:30 P.M. (E.T./Local Time) on March 12, 2012, at the City Municipal Office, P.O. Box 29, 300 West Lincoln Street, Nappanee, Indiana 46550.  Proposals received after said time shall be returned unopened.  The public meeting to open such proposals is scheduled for 3:30 P.M. (E.T./Local Time) on March 12, 2012 and will be held at the City Hall, 300 West Lincoln Street, Nappanee, Indiana  All interested citizens are invited to attend and should any citizens require special provisions, such as handicapped modifications or non-English translation personnel, the City will provide such provisions as long as the request is made by March 8th, 2012.
    A prebid meeting will be held at the Terminal Building at the Nappanee Municipal Airport, 24751 US Highway 6, Nappanee, IN 46550 on February 27th, 2012, at 10:00 A.M. (E.T./Local Time).  All prime contractors, subcontractors, vendors and suppliers and other interested parties are invited to attend.
    The Project will be constructed in one (1) contract division and is defined and outlined as follows:
    The RUNWAY & TAXIWAY RESURFACING PROJECT will consist of milling and resurfacing of existing pavements and related shoulder grading and seeding as described in the Plans and Specifications.
    Plans and Specifications for the Project are on file and may be examined at the following locations:

    Commonwealth Engineers, Inc., Indianapolis, Indiana
    Commonwealth Engineers, Inc., Fort Wayne, Indiana
    City Hall, Clerk Treasurer, 300 West Lincoln Street, Nappanee, Indiana
    Copies of the Contract Documents, Specifications and Drawings may be obtained upon payment of a non-refundable fee of One Hundred and 00/100 Dollars ($100.00) in the form of a check or money order made payable to Commonwealth Engineers, Inc., 7256 Company Drive, Indianapolis, Indiana 46237.  Requests for Contract Documents, Specifications and Drawings must also include a return street address; post office box numbers are not acceptable.  Partial sets of Contract Documents, Specifications and Drawings are not available.  Copies of any and all addenda which may be issued for this Project shall be included with the purchased documents and shall be forwarded to all Plan and Specification holders.  Questions pertaining to this project may be directed to Commonwealth Engineers, Inc. at (317) 888-1177 or FAX at (317) 887-8641 or email to [email protected].
    The work to be performed and the bid to be submitted shall include sufficient and proper sums for all General Construction, Mechanical Installation, Labor, Materials, Tools, Equipment, Taxes (both Federal and State), Permits, Licenses, Insurance, Service Costs, and so forth incidental to and required for the construction of the Facilities.
    Each bid must be enclosed in a sealed envelope bearing the title of the Project and the name and address of the Bidder.  All bids must be submitted on the bid forms as identified in the Contract Documents, Specifications and Drawings.
    Each bid shall be accompanied by a certified check or acceptable bidder's bond made payable to the OWNER, in a sum of not less than five percent (5%) of the total amount of the highest aggregate bid, which check or bond will be held by the OWNER as evidence that the bidder will, if awarded the Contract, enter into the same with the OWNER upon notification from him to do so within ten (10) days of said notification.
    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 he executes his contract.  The bonds will be in the amount of 100% of the Contract Price and must be in full force and effect for a period of twelve (12) months from the date of acceptance of and final payment for the work.
    The Contractor to whom the work is awarded will be required to furnish, before commencing work, a performance, maintenance and payment bond in an amount equal to the bid price of the contract awarded to said contractor, and certificates of all insurance required in the specifications.  All bonds and liability insurance shall remain in effect for a period of twelve (12) months following completion and acceptance of construction.  The award of the contract is subject to all approvals required by local and federal agencies.  Upon securing of all approvals, the successful bidder shall receive a "Notice to Proceed" with construction and said contractor shall begin construction within ten (10) days of receipt of such notice, and shall complete the project pursuant to the contract documents.
    The OWNER reserves the right to reject any bid, or all bids, or to accept any bid or bids, or to make such combination of bids as may seem desirable, and to waive any and all informalities in bidding.  Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof.  Any bid received after the time and date specified shall not be considered.  NO bid may be withdrawn after the scheduled closing time for receipt of bids for at least sixty (60) days.
    A conditional or qualified Bid will not be accepted.
    Award will be made to the low, responsive, responsible bidder. The low, responsive, responsible bidder must not be debarred, suspended, or otherwise be excluded from or ineligible for participation in federally assisted programs under Executive Order 12549.
    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.
    Proposals shall be properly and completely executed on Indiana Form 96, included in the Specifications.  Proposals shall include all information requested by Indiana Form 96 (Revised, 2010).  Under Section III of Form 96 the Bidder shall submit a financial statement.  A copy of the proposed Financial Statement to be submitted with the Bid is included in the Bid Proposal Documents Section of these Specifications.  The OWNER may make such investigations as deemed necessary to determine the ability of the Bidder to perform the work, and the Bidder shall furnish to the OWNER all such information and data for this purpose as the OWNER may request.  The OWNER reserves the right to reject any Bid if the evidence submitted by, or investigation of such Bidder fails to satisfy the OWNER that such Bidder is properly qualified to carry out the obligations of the Agreement and to complete the work contemplated therein.
    Each Bidder is responsible for inspecting the Project site and for reading and being thoroughly familiar with the Contract Documents, Specifications and Drawings.  The failure or omission of any Bidder to do any of the foregoing shall in no way relieve any Bidder from any obligation in respect to its Bid.
    Wage Rates:  Davis Bacon wage rates DO NOT apply to this project
    Bidders on this work shall be required to comply with the provisions of the President’s Executive Order No. 11246, as amended. The Bidders shall also comply with the requirements of 41 CFR Part 60 –4 entitled Construction Contractors - Affirmative Action Requirements.
    The Bidders attention is also called to the "Minority/Women Business Participation” requirements contained in the Contract Documents and Specifications. The Indiana Office of Community and Rural Affairs has adopted a State goal of 10% participation for minority and women owned businesses for construction related or purchase related contracts for the work.
    The Contractors must meet guidelines and practices established by appropriate federal regulations including: 1) Executive Order 11246, 2) Section 3 of the Housing and Community Development Act of 1968, as amended, 3) Certification of Non-Segregated Facilities, 4) OMB Circular A-102, 5) Title VI of the Civil Rights Act of 1964, 6) Section 504, Rehabilitation Act of 1973, 7) Age Discrimination Act of 1975, 8) Executive Order 12138, 9) Conflict of Interest Clause, 10) Retention and Custodial Requirements for Records Clause, 11) Contractors and Subcontractors Certifications, and others that may be appropriate or necessary.
    In addition, the Contract Division procurement is subject to the Federal Regulations contained in the OMB Circular A-102, Sections "B" and "O" and the State of Indiana requirements contained in IC-36-1-9 and lC-36-1-12.
    In addition, the Contractor and all Subcontractors shall abide by all ethical requirements that apply to persons who have a business relationship with the State, as set forth in Ind. Code § 4-2-6-1 et seq., Ind. Code § 4-2-7-1 et seq., the regulations promulgated thereunder, and Executive Order 04-08, dated April 27, 2004.  If the Contractor or Subcontractor is not familiar with these ethical requirements, they should refer any questions to the Indiana State Ethics Commission, or visit the Indiana State Ethics Commission website at http://www.in.gov/ethics.
    The Contractor’s attention is directed to the seven (7) affirmative steps that must be taken to assure small, minority and women’s businesses are used when possible as sources of supplies, construction and services.  
    Any contract(s) awarded under this Advertisement for Bids are expected to be funded in part by a grant as administered by the Department of Housing and Urban Development.  Bidders on this project shall be responsible for complying with the Federal Contract Provisions contained in these specifications.  Neither the United States nor any of its departments or agencies will be a party to this Advertisement for Bids or any resulting contract.
OWNER:
CITY OF NAPPANEE
BOARD OF WORKS AND SAFETY
/S/ Larry L. Thompson, Mayor
ATTEST:   /S/ Kimberly A. Ingle, IAMC,CMC, Clerk-Treasurer
DATED:____________
f22,29[[In-content Ad]]

ADVERTISEMENT FOR BIDS
CITY OF NAPPANEE, INDIANA
NAPPANEE MUNICIPAL AIRPORT
ELKHART COUNTY
RUNWAY & TAXIWAY RESURFACING PROJECT
    NOTICE IS HEREBY GIVEN that the City of Nappanee hereinafter referred to as the OWNER, will receive sealed bids for the construction of the Nappanee Runway & Taxiway Resurfacing Project.
    Sealed bids are invited and may be forwarded by registered mail, addressed to the City, in care of the Clerk-Treasurer or delivered in person to the Clerk-Treasurer, and will be considered by the OWNER at a public meeting called to receive and open such proposals not later than 3:30 P.M. (E.T./Local Time) on March 12, 2012, at the City Municipal Office, P.O. Box 29, 300 West Lincoln Street, Nappanee, Indiana 46550.  Proposals received after said time shall be returned unopened.  The public meeting to open such proposals is scheduled for 3:30 P.M. (E.T./Local Time) on March 12, 2012 and will be held at the City Hall, 300 West Lincoln Street, Nappanee, Indiana  All interested citizens are invited to attend and should any citizens require special provisions, such as handicapped modifications or non-English translation personnel, the City will provide such provisions as long as the request is made by March 8th, 2012.
    A prebid meeting will be held at the Terminal Building at the Nappanee Municipal Airport, 24751 US Highway 6, Nappanee, IN 46550 on February 27th, 2012, at 10:00 A.M. (E.T./Local Time).  All prime contractors, subcontractors, vendors and suppliers and other interested parties are invited to attend.
    The Project will be constructed in one (1) contract division and is defined and outlined as follows:
    The RUNWAY & TAXIWAY RESURFACING PROJECT will consist of milling and resurfacing of existing pavements and related shoulder grading and seeding as described in the Plans and Specifications.
    Plans and Specifications for the Project are on file and may be examined at the following locations:

    Commonwealth Engineers, Inc., Indianapolis, Indiana
    Commonwealth Engineers, Inc., Fort Wayne, Indiana
    City Hall, Clerk Treasurer, 300 West Lincoln Street, Nappanee, Indiana
    Copies of the Contract Documents, Specifications and Drawings may be obtained upon payment of a non-refundable fee of One Hundred and 00/100 Dollars ($100.00) in the form of a check or money order made payable to Commonwealth Engineers, Inc., 7256 Company Drive, Indianapolis, Indiana 46237.  Requests for Contract Documents, Specifications and Drawings must also include a return street address; post office box numbers are not acceptable.  Partial sets of Contract Documents, Specifications and Drawings are not available.  Copies of any and all addenda which may be issued for this Project shall be included with the purchased documents and shall be forwarded to all Plan and Specification holders.  Questions pertaining to this project may be directed to Commonwealth Engineers, Inc. at (317) 888-1177 or FAX at (317) 887-8641 or email to [email protected].
    The work to be performed and the bid to be submitted shall include sufficient and proper sums for all General Construction, Mechanical Installation, Labor, Materials, Tools, Equipment, Taxes (both Federal and State), Permits, Licenses, Insurance, Service Costs, and so forth incidental to and required for the construction of the Facilities.
    Each bid must be enclosed in a sealed envelope bearing the title of the Project and the name and address of the Bidder.  All bids must be submitted on the bid forms as identified in the Contract Documents, Specifications and Drawings.
    Each bid shall be accompanied by a certified check or acceptable bidder's bond made payable to the OWNER, in a sum of not less than five percent (5%) of the total amount of the highest aggregate bid, which check or bond will be held by the OWNER as evidence that the bidder will, if awarded the Contract, enter into the same with the OWNER upon notification from him to do so within ten (10) days of said notification.
    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 he executes his contract.  The bonds will be in the amount of 100% of the Contract Price and must be in full force and effect for a period of twelve (12) months from the date of acceptance of and final payment for the work.
    The Contractor to whom the work is awarded will be required to furnish, before commencing work, a performance, maintenance and payment bond in an amount equal to the bid price of the contract awarded to said contractor, and certificates of all insurance required in the specifications.  All bonds and liability insurance shall remain in effect for a period of twelve (12) months following completion and acceptance of construction.  The award of the contract is subject to all approvals required by local and federal agencies.  Upon securing of all approvals, the successful bidder shall receive a "Notice to Proceed" with construction and said contractor shall begin construction within ten (10) days of receipt of such notice, and shall complete the project pursuant to the contract documents.
    The OWNER reserves the right to reject any bid, or all bids, or to accept any bid or bids, or to make such combination of bids as may seem desirable, and to waive any and all informalities in bidding.  Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof.  Any bid received after the time and date specified shall not be considered.  NO bid may be withdrawn after the scheduled closing time for receipt of bids for at least sixty (60) days.
    A conditional or qualified Bid will not be accepted.
    Award will be made to the low, responsive, responsible bidder. The low, responsive, responsible bidder must not be debarred, suspended, or otherwise be excluded from or ineligible for participation in federally assisted programs under Executive Order 12549.
    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.
    Proposals shall be properly and completely executed on Indiana Form 96, included in the Specifications.  Proposals shall include all information requested by Indiana Form 96 (Revised, 2010).  Under Section III of Form 96 the Bidder shall submit a financial statement.  A copy of the proposed Financial Statement to be submitted with the Bid is included in the Bid Proposal Documents Section of these Specifications.  The OWNER may make such investigations as deemed necessary to determine the ability of the Bidder to perform the work, and the Bidder shall furnish to the OWNER all such information and data for this purpose as the OWNER may request.  The OWNER reserves the right to reject any Bid if the evidence submitted by, or investigation of such Bidder fails to satisfy the OWNER that such Bidder is properly qualified to carry out the obligations of the Agreement and to complete the work contemplated therein.
    Each Bidder is responsible for inspecting the Project site and for reading and being thoroughly familiar with the Contract Documents, Specifications and Drawings.  The failure or omission of any Bidder to do any of the foregoing shall in no way relieve any Bidder from any obligation in respect to its Bid.
    Wage Rates:  Davis Bacon wage rates DO NOT apply to this project
    Bidders on this work shall be required to comply with the provisions of the President’s Executive Order No. 11246, as amended. The Bidders shall also comply with the requirements of 41 CFR Part 60 –4 entitled Construction Contractors - Affirmative Action Requirements.
    The Bidders attention is also called to the "Minority/Women Business Participation” requirements contained in the Contract Documents and Specifications. The Indiana Office of Community and Rural Affairs has adopted a State goal of 10% participation for minority and women owned businesses for construction related or purchase related contracts for the work.
    The Contractors must meet guidelines and practices established by appropriate federal regulations including: 1) Executive Order 11246, 2) Section 3 of the Housing and Community Development Act of 1968, as amended, 3) Certification of Non-Segregated Facilities, 4) OMB Circular A-102, 5) Title VI of the Civil Rights Act of 1964, 6) Section 504, Rehabilitation Act of 1973, 7) Age Discrimination Act of 1975, 8) Executive Order 12138, 9) Conflict of Interest Clause, 10) Retention and Custodial Requirements for Records Clause, 11) Contractors and Subcontractors Certifications, and others that may be appropriate or necessary.
    In addition, the Contract Division procurement is subject to the Federal Regulations contained in the OMB Circular A-102, Sections "B" and "O" and the State of Indiana requirements contained in IC-36-1-9 and lC-36-1-12.
    In addition, the Contractor and all Subcontractors shall abide by all ethical requirements that apply to persons who have a business relationship with the State, as set forth in Ind. Code § 4-2-6-1 et seq., Ind. Code § 4-2-7-1 et seq., the regulations promulgated thereunder, and Executive Order 04-08, dated April 27, 2004.  If the Contractor or Subcontractor is not familiar with these ethical requirements, they should refer any questions to the Indiana State Ethics Commission, or visit the Indiana State Ethics Commission website at http://www.in.gov/ethics.
    The Contractor’s attention is directed to the seven (7) affirmative steps that must be taken to assure small, minority and women’s businesses are used when possible as sources of supplies, construction and services.  
    Any contract(s) awarded under this Advertisement for Bids are expected to be funded in part by a grant as administered by the Department of Housing and Urban Development.  Bidders on this project shall be responsible for complying with the Federal Contract Provisions contained in these specifications.  Neither the United States nor any of its departments or agencies will be a party to this Advertisement for Bids or any resulting contract.
OWNER:
CITY OF NAPPANEE
BOARD OF WORKS AND SAFETY
/S/ Larry L. Thompson, Mayor
ATTEST:   /S/ Kimberly A. Ingle, IAMC,CMC, Clerk-Treasurer
DATED:____________
f22,29[[In-content Ad]]
Have a news tip? Email [email protected] or Call/Text 360-922-3092

e-Edition


e-edition

Sign up


for our email newsletters

Weekly Top Stories

Sign up to get our top stories delivered to your inbox every Sunday

Daily Updates & Breaking News Alerts

Sign up to get our daily updates and breaking news alerts delivered to your inbox daily

Latest Stories


Via Credit Union Wins State Level Awards
Via Credit Union Wins State Level Awards

Benefits Of Compound Interest Highlight Importance Of Investing Early
Investing when you’re young can have the potential to produce impactful earnings gains. And that’s because of a simple concept: compounding.

Court News 10.19.24
The following people have filed for marriage licenses with Kosciusko County Clerk Ann Torpy:

Public Occurrences 10.19.24
County Jail Bookings The following people were arrested and booked into the Kosciusko County Jail:

Warsaw Wraps Up Regular Season With Blowout Over Northridge
Playing the final game of the regular season Friday night, the Warsaw football team looked to end the campaign on a high not with a trip to Middlebury to take on Northridge. Thanks to some outstanding defense as well as two special teams scores, the Tigers were able to head into sectional play with a three-game winning streak under their belts with a 42-13 win.