NORTH WEBSTER - BIDS

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

By -

ADVERTISEMENT FOR BIDS
    Town of North Webster
    Kosciusko County, Indiana
    OWNER

    P.O. Box 95
    144 South Main Street
    North Webster, Indiana  46555
    ADDRESS
    Sealed bids for the construction of the Wastewater Improvements Project:  Division I – Wastewater Treatment Plant Improvements and/or Division II – Proposed Collection System Improvements located in the Town of North Webster, Kosciusko County, Indiana, will be received by the Town Council at the Town Hall, located at 144 South Main Street, North Webster, Indiana 46555, on Wednesday, October 7, 2015,   until 1:00 p.m. (local time), and then at said office publicly opened and read aloud.  Proposals received after said time shall be returned unopened.
The Projects generally consist of the following:
    Division I:  The Project generally consists of new influent fine screen; aeration equipment; flow splitter; replacement of existing clarifier equipment; new circular clarifier; modifications to existing disinfection system; replacement of aeration blowers; yard piping modifications, demolition, site grading, and other associated work.  
    Division II:  The Project generally consists of Lift Stations throughout the System, WWTP Influent Lift Station, new Forcemain to Treatment Plant, Pipe Bursting Section.
    A pre-bid meeting will be held on Monday, September 28, 2015,    at 1:00 PM (local time) at the Town Hall, located at 144 South Main Street, North Webster, Indiana 46555.  All prime contractors, subcontractors, small, minority or Women Business Enterprises and other interested parties are invited to attend.
    The Project is funded in part by the Indiana State Revolving Loan Fund Program and the Office of Community and Rural Affairs.
    Plans and Specifications for the Project may be examined at the following locations:  
    Town Hall, North Webster Indiana
    Triad Associates, Inc., Indianapolis, Indiana
    Dodge Data and Analytics, www.construction.com/dodge/
    BX Indiana Construction League, www.bxindiana.com
    Plans and Specifications will be available on Tuesday, September 8, 2015. Copies of the contract documents may be obtained at the office of Triad Associates, Inc., located at 5835 Lawton Loop East Drive, Bldg. 664, Indianapolis, Indiana, 46216 upon a non-refundable payment of:  Division I, $175.00 and Division II, $75.00 for each set.  PLEASE BE ADVISED THAT IN ORDER TO BID ON THE PROJECT, BIDDER MUST BE A PLAN HOLDER OF RECORD, who has obtained the contract documents, plans and specifications from Triad Associates, Inc.  Bids from contractors who are not Plan Holders of Record will be rejected as non-responsive.
    The work to be performed and the proposal to be submitted shall include sufficient and proper sums for all general construction, mechanical installation, labor, materials, permits, licenses, insurance, and so forth incidental to and required for the construction of the facilities.
    Bids shall be submitted in a sealed envelope marked:
    BID FOR: TOWN OF NORTH WEBSTER, INDIANA
    WASTEWATER IMPROVEMENTS PROJECT
    DIVISION I –WASTEWATER TREATMENT PLANT IMPROVEMENTS
    DIVISION II – PROPOSED COLLECTION SYSTEM IMPROVEMENTS
    No bid will be considered unless submitted on the printed Proposal Form found in the project manual. No bid may be withdrawn after the scheduled closing time for receipt of bids for at least 90 days to allow review of proposals before announcing award of contract.
    Each proposal shall be accompanied by a bid guaranty conforming to the Indiana Revised code.  Said bid guaranty shall be a certified check in an amount equal to five percent (5%) of the BID; or, a bond for five percent (5%) of the BID as surety for the execution of the contract. The bid bond or certified check should be made out to the OWNER.   The bid bond form is included in the bidding documents.  Should any BID be rejected, such certified check or bond shall be forthwith returned to the BIDDER, and should any BID be accepted, such certified check or bond will be returned upon the proper execution and securing of the contract.  When the contract is executed, the certified check or bid bond of all unsuccessful BIDDERS will be returned.
    Proposals shall be properly and completely executed on proposal forms included in the Specifications.  Proposals shall include all information requested by Indiana Form 96 (Revised 2005) included with the Specifications.  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 to 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.
    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.
    Each bidder is responsible for inspecting the Project Site(s) and for reading and being thoroughly familiar with the Contract Documents and Specifications.  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 the Bid.  
    A conditional or qualified Bid will not be accepted.  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.  Award will be made to the low, responsive, responsible bidder.
    By the submission of its bid, each bidder acknowledges that he understands and agrees to be bound by the Equal Opportunity Requirements of  EPA regulations (40 CRF Part 8, particularly Section 8.4 (b), which shall be applicable throughout the performance of work under any contract awarded pursuant to his solicitation.  Each bidder agrees that is awarded a contract, it will similarly bind contractually each subcontractor.  In implementation of the foregoing policies, each bidder further understands and agrees that if awarded a contract, it must engage in affirmative action directed at promoting and ensuring Equal Employment Opportunity in the work force used under the contract (and that it must require contractually the same effort of all subcontractors whose subcontracts exceed $100,000).
    The Equal Employment Opportunity requirements shall be equal to all other requirements of the bid documents, and failure to satisfy same shall be cause for forfeiture to the OWNER of the amount of money represented by the certified check or bidder's bond.
    The bidder's attention is called to the "Notice of Requirement for Affirmative Action to Insure Equal Employment Opportunity (Executive Order 11246)", contained in the bid documents, which sets forth, in part, goals and timetables for the employment of women and minorities and handicapped persons in the project area.  The Bidders shall also comply with the requirements of 41 CFR Part 60-4 entitled “Construction Contractors - Affirmative Action Requirements”.  
    Bidders are directed to read and follow all Disadvantaged Business Enterprise information contained in the State Revolving Loan Program Requirements.  The Bidder’s attention is also called to the Minority/Women Business Participation requirements contained in the Project             Specifications.  The State of Indiana, Office of Community and Rural Affairs, has adopted a State goal of 10% participation for minority and female owned businesses for construction-related or purchase-related contracts for the work.
    In addition, the Contractor must meet guidelines and practices established by the Indiana Office of Community and Rural Affairs and 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.
    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.
    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 IC-36-1-12.
    Contractors and subcontractors are required to pay in accordance with the prevailing wage rates on the project shall not be less than the Federal Davis-Bacon wage scale published by the U.S. Department of Labor. Information explaining other prevailing wage laws which apply to this work is also contained in these specifications.
    The Town of North Webster reserves the right to reject any proposal or all proposals, or to accept any proposal or proposals, or to make such combination of proposal as may seem desirable, and to waive any and all informalities in the bidding.    
    If non-English speaking representatives or handicapped people need to have arrangements made please contact the North Webster Clerk Treasurer at 574-834-7894 within 7 calendar days prior to the Pre-Bid Conference or Bid Opening to have the necessary arrangements made.  
    By the order of the Town Council,
    Town of North Webster, Indiana
9-8,15 hspaxlp

[[In-content Ad]]

ADVERTISEMENT FOR BIDS
    Town of North Webster
    Kosciusko County, Indiana
    OWNER

    P.O. Box 95
    144 South Main Street
    North Webster, Indiana  46555
    ADDRESS
    Sealed bids for the construction of the Wastewater Improvements Project:  Division I – Wastewater Treatment Plant Improvements and/or Division II – Proposed Collection System Improvements located in the Town of North Webster, Kosciusko County, Indiana, will be received by the Town Council at the Town Hall, located at 144 South Main Street, North Webster, Indiana 46555, on Wednesday, October 7, 2015,   until 1:00 p.m. (local time), and then at said office publicly opened and read aloud.  Proposals received after said time shall be returned unopened.
The Projects generally consist of the following:
    Division I:  The Project generally consists of new influent fine screen; aeration equipment; flow splitter; replacement of existing clarifier equipment; new circular clarifier; modifications to existing disinfection system; replacement of aeration blowers; yard piping modifications, demolition, site grading, and other associated work.  
    Division II:  The Project generally consists of Lift Stations throughout the System, WWTP Influent Lift Station, new Forcemain to Treatment Plant, Pipe Bursting Section.
    A pre-bid meeting will be held on Monday, September 28, 2015,    at 1:00 PM (local time) at the Town Hall, located at 144 South Main Street, North Webster, Indiana 46555.  All prime contractors, subcontractors, small, minority or Women Business Enterprises and other interested parties are invited to attend.
    The Project is funded in part by the Indiana State Revolving Loan Fund Program and the Office of Community and Rural Affairs.
    Plans and Specifications for the Project may be examined at the following locations:  
    Town Hall, North Webster Indiana
    Triad Associates, Inc., Indianapolis, Indiana
    Dodge Data and Analytics, www.construction.com/dodge/
    BX Indiana Construction League, www.bxindiana.com
    Plans and Specifications will be available on Tuesday, September 8, 2015. Copies of the contract documents may be obtained at the office of Triad Associates, Inc., located at 5835 Lawton Loop East Drive, Bldg. 664, Indianapolis, Indiana, 46216 upon a non-refundable payment of:  Division I, $175.00 and Division II, $75.00 for each set.  PLEASE BE ADVISED THAT IN ORDER TO BID ON THE PROJECT, BIDDER MUST BE A PLAN HOLDER OF RECORD, who has obtained the contract documents, plans and specifications from Triad Associates, Inc.  Bids from contractors who are not Plan Holders of Record will be rejected as non-responsive.
    The work to be performed and the proposal to be submitted shall include sufficient and proper sums for all general construction, mechanical installation, labor, materials, permits, licenses, insurance, and so forth incidental to and required for the construction of the facilities.
    Bids shall be submitted in a sealed envelope marked:
    BID FOR: TOWN OF NORTH WEBSTER, INDIANA
    WASTEWATER IMPROVEMENTS PROJECT
    DIVISION I –WASTEWATER TREATMENT PLANT IMPROVEMENTS
    DIVISION II – PROPOSED COLLECTION SYSTEM IMPROVEMENTS
    No bid will be considered unless submitted on the printed Proposal Form found in the project manual. No bid may be withdrawn after the scheduled closing time for receipt of bids for at least 90 days to allow review of proposals before announcing award of contract.
    Each proposal shall be accompanied by a bid guaranty conforming to the Indiana Revised code.  Said bid guaranty shall be a certified check in an amount equal to five percent (5%) of the BID; or, a bond for five percent (5%) of the BID as surety for the execution of the contract. The bid bond or certified check should be made out to the OWNER.   The bid bond form is included in the bidding documents.  Should any BID be rejected, such certified check or bond shall be forthwith returned to the BIDDER, and should any BID be accepted, such certified check or bond will be returned upon the proper execution and securing of the contract.  When the contract is executed, the certified check or bid bond of all unsuccessful BIDDERS will be returned.
    Proposals shall be properly and completely executed on proposal forms included in the Specifications.  Proposals shall include all information requested by Indiana Form 96 (Revised 2005) included with the Specifications.  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 to 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.
    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.
    Each bidder is responsible for inspecting the Project Site(s) and for reading and being thoroughly familiar with the Contract Documents and Specifications.  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 the Bid.  
    A conditional or qualified Bid will not be accepted.  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.  Award will be made to the low, responsive, responsible bidder.
    By the submission of its bid, each bidder acknowledges that he understands and agrees to be bound by the Equal Opportunity Requirements of  EPA regulations (40 CRF Part 8, particularly Section 8.4 (b), which shall be applicable throughout the performance of work under any contract awarded pursuant to his solicitation.  Each bidder agrees that is awarded a contract, it will similarly bind contractually each subcontractor.  In implementation of the foregoing policies, each bidder further understands and agrees that if awarded a contract, it must engage in affirmative action directed at promoting and ensuring Equal Employment Opportunity in the work force used under the contract (and that it must require contractually the same effort of all subcontractors whose subcontracts exceed $100,000).
    The Equal Employment Opportunity requirements shall be equal to all other requirements of the bid documents, and failure to satisfy same shall be cause for forfeiture to the OWNER of the amount of money represented by the certified check or bidder's bond.
    The bidder's attention is called to the "Notice of Requirement for Affirmative Action to Insure Equal Employment Opportunity (Executive Order 11246)", contained in the bid documents, which sets forth, in part, goals and timetables for the employment of women and minorities and handicapped persons in the project area.  The Bidders shall also comply with the requirements of 41 CFR Part 60-4 entitled “Construction Contractors - Affirmative Action Requirements”.  
    Bidders are directed to read and follow all Disadvantaged Business Enterprise information contained in the State Revolving Loan Program Requirements.  The Bidder’s attention is also called to the Minority/Women Business Participation requirements contained in the Project             Specifications.  The State of Indiana, Office of Community and Rural Affairs, has adopted a State goal of 10% participation for minority and female owned businesses for construction-related or purchase-related contracts for the work.
    In addition, the Contractor must meet guidelines and practices established by the Indiana Office of Community and Rural Affairs and 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.
    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.
    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 IC-36-1-12.
    Contractors and subcontractors are required to pay in accordance with the prevailing wage rates on the project shall not be less than the Federal Davis-Bacon wage scale published by the U.S. Department of Labor. Information explaining other prevailing wage laws which apply to this work is also contained in these specifications.
    The Town of North Webster reserves the right to reject any proposal or all proposals, or to accept any proposal or proposals, or to make such combination of proposal as may seem desirable, and to waive any and all informalities in the bidding.    
    If non-English speaking representatives or handicapped people need to have arrangements made please contact the North Webster Clerk Treasurer at 574-834-7894 within 7 calendar days prior to the Pre-Bid Conference or Bid Opening to have the necessary arrangements made.  
    By the order of the Town Council,
    Town of North Webster, Indiana
9-8,15 hspaxlp

[[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


Crouse Body Shop
Mechanics Lien

Winona Lake Zoning
Reynolds

Summons By Publication
DC-180 Meredith - Wetzel

Notice of Hearing
GU-000055 Perry

Public Occurrences 10.25.24
County Jail Bookings The following people were arrested and booked into the Kosciusko County Jail: