WARSAW - MAIN STREET SEWER REPLACEMENT - BIDS

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

By -

ADVERTISEMENT FOR BIDDERS
    Sealed Bids for the Main Street Sewer Replacement Project for the City of Warsaw, Indiana (herein called the "OWNER")  will be received by the Owner at the Clerk-Treasurer's  office, 102 South Buffalo Street, Warsaw, Indiana until March 4, 2016 at 10:30 a.m. (local time).  Any Bids received after  this  time  will be  returned  unopened.    All  Bids  will be  publicly  opened  and  read  aloud immediately after the submittal deadline at the regularly scheduled Board of Public Works meeting located in the Council Chambers at the same address.
    The work shall include:  the replacement of existing 12 inch and 15 inch diameter sanitary  sewer  with  approximately  1,152  LF  of  new  PVC  sanitary  sewer  pipe ranging in diameter from 15 - 18 inches; the installation of approximately 891 LF of 6 inch diameter PVC for lateral connections to new sanitary sewer; the installation or replacement of five (5) sanitary sewer manholes; the installation or replacement of approximately 37 LF of new 12 inch diameter PVC or RCP storm sewer pipe, one (1) inlet and three (3) storm manholes;   full depth pavement replacement  along Main Street; and all related concrete repair and restoration.
    Work shall be constructed under a Unit Price Contract.
    Bids shall be properly and completely executed on a State Board of Accounts Form 96 (Revised 2013). Each Bid shall be accompanied by the Contractor's Bid Attachment (included with the Contract Specifications) to Form 96, a Financial Statement (completely filled out and signed) and a bid security in the form of an acceptable certified check payable to the Owner or an acceptable Bidder's bond, in an amount of not less than 5% of the total bid price, in accordance  with the Contract Specifications.
    The Contract will be awarded in accordance with the provisions of IC 5-16-13 for Public Works projects awarded after June 30, 2015.   Pursuant to IC 5-16-13-7, the provisions of the law are incorporated by reference.
    A conditional  or qualified  bid will not be accepted.  Award will be made to the low, responsive, responsible  bidder, including but not limited to, the provisions and definitions referenced in IC 5-16-13 and IC 5-16-14.
    The  Owner  reserves  the  right  to  waive  any  informalities  or minor  defects  in  bids  or bidding procedure, or to reject any and all bids, or to accept the bid from the lowest most responsible and responsive bidder as exclusively determined by the Owner. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. No Bidder may withdraw a bid within 60 days after the actual date of the opening thereof. Should there be reasons why the contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the Owner and the Bidder determined by the Owner to be the lowest most responsible and responsive.
    Submission of a signed Bid by the Bidder constitutes acknowledgment of and acceptance of all the documents  and  terms  and  conditions  of  the  Contractual-Legal   Requirements  and  Technical Sections of the specifications in the Project Manual.
    The Contractor to whom the work is awarded will be required to furnish an acceptable Performance and Payment Bond each in the amount of 100% of the contract price and must be in full force and effect throughout the term of the Construction Contract plus a period of twelve (12) months from the date of substantial completion.
    The Contractor to whom the work is awarded will be required to purchase and maintain insurance coverage as described in the Contract Documents on an "occurrence basis".
    Copies of the Drawings and Specifications for the work are on file at the City of Warsaw, Wastewater Treatment Plant (see Brian Davison), 2056 North 150W, Warsaw, Indiana 46580 and at the City of Warsaw, Building and Planning Department (see James Emans), 102 South Buffalo Street, Warsaw, Indiana 46580; and the Engineer, Wessler Engineering, 6409 Constitution Drive, Fort Wayne, Indiana 46804 and 6219 South East Street, Indianapolis, Indiana 46227, Telephone (317) 788-4551.
    In accordance with IC 22-5-1.7-11.1, Contractors entering into a contract with the Owner, and contractors of any tier as defined in IC 5-16-13-4, will be required to enroll in and verify the work eligibility status of all newly hired employees through the E-Verify program (effective July 1, 2011), and comply with the reporting requirements of IC 5-16-13-11.
    In accordance with IC 5-22-16.5, Contractors entering into a contract with the Owner will be required to provide an Indiana Iran Investment Certification.
    In accordance with IC 5-16-13-11, Contractor shall submit an Employee Drug Testing Plan with their Bid and contractors of any tier as defined in IC 5-16-13-4 must comply with the drug testing requirements set forth in IC 4-13-18. Contractor shall complete a Drug Testing Plan Certification to be submitted with their Bid.
    Drawings and Specifications may be obtained from Wessler Engineering, Inc. (www.wesslerengineering.com/planroom/) for a non-refundable fee.   Complete printed sets of bidding documents are available for $100.00 per set purchased. A complete downloadable, printable set of bidding documents is available for $50.00.
    An up-to-date Plan Holders List may be viewed at www.wesslerengineering.com/planroom/
CITY OF WARSAW, INDIANA
Honorable Joseph M. Thallemer, Mayor
Attest: Lynne Christiansen, Clerk-Treasurer
2-10,19 hspaxlp


[[In-content Ad]]

ADVERTISEMENT FOR BIDDERS
    Sealed Bids for the Main Street Sewer Replacement Project for the City of Warsaw, Indiana (herein called the "OWNER")  will be received by the Owner at the Clerk-Treasurer's  office, 102 South Buffalo Street, Warsaw, Indiana until March 4, 2016 at 10:30 a.m. (local time).  Any Bids received after  this  time  will be  returned  unopened.    All  Bids  will be  publicly  opened  and  read  aloud immediately after the submittal deadline at the regularly scheduled Board of Public Works meeting located in the Council Chambers at the same address.
    The work shall include:  the replacement of existing 12 inch and 15 inch diameter sanitary  sewer  with  approximately  1,152  LF  of  new  PVC  sanitary  sewer  pipe ranging in diameter from 15 - 18 inches; the installation of approximately 891 LF of 6 inch diameter PVC for lateral connections to new sanitary sewer; the installation or replacement of five (5) sanitary sewer manholes; the installation or replacement of approximately 37 LF of new 12 inch diameter PVC or RCP storm sewer pipe, one (1) inlet and three (3) storm manholes;   full depth pavement replacement  along Main Street; and all related concrete repair and restoration.
    Work shall be constructed under a Unit Price Contract.
    Bids shall be properly and completely executed on a State Board of Accounts Form 96 (Revised 2013). Each Bid shall be accompanied by the Contractor's Bid Attachment (included with the Contract Specifications) to Form 96, a Financial Statement (completely filled out and signed) and a bid security in the form of an acceptable certified check payable to the Owner or an acceptable Bidder's bond, in an amount of not less than 5% of the total bid price, in accordance  with the Contract Specifications.
    The Contract will be awarded in accordance with the provisions of IC 5-16-13 for Public Works projects awarded after June 30, 2015.   Pursuant to IC 5-16-13-7, the provisions of the law are incorporated by reference.
    A conditional  or qualified  bid will not be accepted.  Award will be made to the low, responsive, responsible  bidder, including but not limited to, the provisions and definitions referenced in IC 5-16-13 and IC 5-16-14.
    The  Owner  reserves  the  right  to  waive  any  informalities  or minor  defects  in  bids  or bidding procedure, or to reject any and all bids, or to accept the bid from the lowest most responsible and responsive bidder as exclusively determined by the Owner. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. No Bidder may withdraw a bid within 60 days after the actual date of the opening thereof. Should there be reasons why the contract cannot be awarded within the specified period, the time may be extended by mutual agreement between the Owner and the Bidder determined by the Owner to be the lowest most responsible and responsive.
    Submission of a signed Bid by the Bidder constitutes acknowledgment of and acceptance of all the documents  and  terms  and  conditions  of  the  Contractual-Legal   Requirements  and  Technical Sections of the specifications in the Project Manual.
    The Contractor to whom the work is awarded will be required to furnish an acceptable Performance and Payment Bond each in the amount of 100% of the contract price and must be in full force and effect throughout the term of the Construction Contract plus a period of twelve (12) months from the date of substantial completion.
    The Contractor to whom the work is awarded will be required to purchase and maintain insurance coverage as described in the Contract Documents on an "occurrence basis".
    Copies of the Drawings and Specifications for the work are on file at the City of Warsaw, Wastewater Treatment Plant (see Brian Davison), 2056 North 150W, Warsaw, Indiana 46580 and at the City of Warsaw, Building and Planning Department (see James Emans), 102 South Buffalo Street, Warsaw, Indiana 46580; and the Engineer, Wessler Engineering, 6409 Constitution Drive, Fort Wayne, Indiana 46804 and 6219 South East Street, Indianapolis, Indiana 46227, Telephone (317) 788-4551.
    In accordance with IC 22-5-1.7-11.1, Contractors entering into a contract with the Owner, and contractors of any tier as defined in IC 5-16-13-4, will be required to enroll in and verify the work eligibility status of all newly hired employees through the E-Verify program (effective July 1, 2011), and comply with the reporting requirements of IC 5-16-13-11.
    In accordance with IC 5-22-16.5, Contractors entering into a contract with the Owner will be required to provide an Indiana Iran Investment Certification.
    In accordance with IC 5-16-13-11, Contractor shall submit an Employee Drug Testing Plan with their Bid and contractors of any tier as defined in IC 5-16-13-4 must comply with the drug testing requirements set forth in IC 4-13-18. Contractor shall complete a Drug Testing Plan Certification to be submitted with their Bid.
    Drawings and Specifications may be obtained from Wessler Engineering, Inc. (www.wesslerengineering.com/planroom/) for a non-refundable fee.   Complete printed sets of bidding documents are available for $100.00 per set purchased. A complete downloadable, printable set of bidding documents is available for $50.00.
    An up-to-date Plan Holders List may be viewed at www.wesslerengineering.com/planroom/
CITY OF WARSAW, INDIANA
Honorable Joseph M. Thallemer, Mayor
Attest: Lynne Christiansen, Clerk-Treasurer
2-10,19 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


City of Warsaw
Additional Appropriations

Town of Claypool
Advertisement For Bids

Board of Public Works and Safety
Bids

Public Occurrences 04.25.25
County Jail Bookings The following people were arrested and booked into the Kosciusko County Jail:

Become A Citizen Scientist: Free Hoosier Riverwatch Workshop Empowers Volunteers To Monitor Water Quality
The Watershed Foundation (TWF) and the Kosciusko County Soil and Water Conservation District (SWCD) will host a free Hoosier Riverwatch Workshop on June 17 from 9 a.m. to 4 p.m. at the North Webster Community Center.