WARSAW - MAIN STREET SEWER REPLACEMENT - BIDS
July 28, 2016 at 4:25 p.m.
By -
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 Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof.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]]
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