WARSAW REDEVELOPMENT

November 22, 2016 at 3:06 p.m.

By -

NOTICE TO BIDDERS FOR REDEVELOPMENT COMMISSION
PROJECT IN WARSAW, INDIANA
    Notice  is  hereby  given,  that  the  City  of  Warsaw,  Indiana,  Redevelopment Commission,  hereinafter referred  to as the Owner, will receive sealed  proposals for the City of Warsaw County  Road 300 North Trail Project.
    The work for which bids are being requested  includes both landscape and hardscape items such as curbs, drives, ADA ramps, trail construction,  storm sewer construction,  street light installation,  and other items along County Road 300 North  between Silveus Crossing and the bridge over the Tippecanoe  River. The project is all more particularly described  on plans and specifications  prepared by The Troyer Group, 550 South Union Street, Mishawaka, Indiana 46544, phone (574) 259-9976.
    Sealed proposals are invited and may be delivered addressed to the City of Warsaw Redevelopment Commission,  Warsaw City Hall, 102 S. Buffalo  Street,  Warsaw, Indiana  46580 until 10:30 a.m. (Local Time)  on  Wednesday   December   14th,  2016.     Proposals  received  after  such  hour  will  be  returned unopened.  Proposals received  prior to this time shall be opened and publicly read immediately  following submittal deadline at 10:30 a.m. in the Warsaw City Council Chambers.
    Contract  documents   may  be  obtained  at  the  Warsaw  City  Hall,  102  S.  Buffalo  Street,  Building  & Planning  Department,  Warsaw, Indiana 46580.   A non-refundable fee of $100.00 is required for each set of Project Documents.  The fee shall be in the form of a check made payable to City of Warsaw.
    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  Project.  The  Contractor   shall  submit  an itemized  proposal for the approximate  quantities  and components  of labor and materials to complete the contract.    Said  proposal  shall  be upon the standard  bid sheet  used  by the Owner,  and  said sheet  must contain an authorized signature of the Contractor  or the bid of the Contractor  may, at the discretion of the Owner, be rejected and declared  invalid.  The proposal shall be accompanied  by a non-collusion  affidavit as required by the statutes of Indiana. Bids shall be included in a sealed envelope, bearing the title of the Project and the name and address of the bidder.
    Each  proposal  shall  be accompanied  by a certified  check  or acceptable  bid bond made  payable  to the Owner in a sum of not less than five percent (5%) of the total amount of the 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 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 of contract execution.   The bonds shall be in the amount of I 00% 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.  Liquidated  damages  in the  amount  of  Five  Hundred  Dollars ($500)   per  day  of  delayed  or  unsatisfactory   completion   of  the  Contract,   beyond  the  agreed  upon completion  date, shall be paid by the Contractor  to the Owner pursuant to the terms and conditions  of the written contract ultimately entered into by the successful bidder and Owner.
    The  Owner  reserves  the  right  to  reject  any  proposal,  or  all  proposals,  or  to  accept  any  proposal  or proposals,  or  make  such  combination   of  proposals  as  may  seem  desirable,  and  to  waive  any  and  all informalities  in bidding.    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 proposals  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 lowest, responsible  and responsive  bidder.  The lowest responsive and responsible  bidder shall be determined by the Owner.
    All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction  over construction  shall apply to the Project throughout.
    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.
    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.
    The City of Warsaw in accordance  with Title VI of the Civil Rights Act of 1964,78 Stat. 252, 42 U.S.C 2000d to 2000d-4 and Title 49, Code of Federal Regulations,  Department  of Transportation, Subtitle  A, Office the Secretary, Part 21, Nondiscrimination  in Federally assisted programs of the Department of Transportation   and  Title  23  Code  of  Federal  Regulations,   Part  200,  Title  VI  Program  and  Related Statutes,  issued pursuant to such Acts, hereby notifies all bidders that it will affirmatively  insure that in any  contact  entered  into  pursuant  to  this  advertisement, disadvantaged business enterprises will be afforded full opportunity  to submit bids in response to this invitation and will not be discriminated  against on the grounds of religion, race, color, national origin, sex, sexual orientation, gender identity, age, disability/handicap and low income in consideration  for an award.
    Proposals  shall  be properly and completely  executed  on proposal  forms  included  in the Specifications. Proposals  shall  include  all  information  requested  by the  current  Indiana  Form  96  included  with  the Specifications. Under Section III of Form 96, the Bidder shall submit a financial statement.   The Bidder shall also submit a statement of experience, a proposed plan or plans for performing the public work, and the equipment  that the Bidder has available  for the performance  of the public work on forms prescribed by the  State  Board  of  Accounts.    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 City 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(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 its Bid.
    A Pre-Bid  Conference  will  be held on December  7, 2016 at  1:00  p.m. Local  Time at the Council Chambers  room on the 1st  Floor of the City Hall Building (102  S. Buffalo St., Warsaw, Indiana). Any questions about bidding conditions  must be addressed  to the Owner in writing no later than December  8, 2016 at 3:00 p.m., Local Time.
    The Owner  is exempt from all federal,  state, and  local taxes,  and will not be responsible  for any taxes levied on the Bidders as a result of any contract award.
City of Warsaw, Indiana
Jeremy Skinner
City Planner
11-25, 12-2 hspxalp

NOTICE TO BIDDERS FOR REDEVELOPMENT COMMISSION
PROJECT IN WARSAW, INDIANA
    Notice  is  hereby  given,  that  the  City  of  Warsaw,  Indiana,  Redevelopment Commission,  hereinafter referred  to as the Owner, will receive sealed  proposals for the City of Warsaw County  Road 300 North Trail Project.
    The work for which bids are being requested  includes both landscape and hardscape items such as curbs, drives, ADA ramps, trail construction,  storm sewer construction,  street light installation,  and other items along County Road 300 North  between Silveus Crossing and the bridge over the Tippecanoe  River. The project is all more particularly described  on plans and specifications  prepared by The Troyer Group, 550 South Union Street, Mishawaka, Indiana 46544, phone (574) 259-9976.
    Sealed proposals are invited and may be delivered addressed to the City of Warsaw Redevelopment Commission,  Warsaw City Hall, 102 S. Buffalo  Street,  Warsaw, Indiana  46580 until 10:30 a.m. (Local Time)  on  Wednesday   December   14th,  2016.     Proposals  received  after  such  hour  will  be  returned unopened.  Proposals received  prior to this time shall be opened and publicly read immediately  following submittal deadline at 10:30 a.m. in the Warsaw City Council Chambers.
    Contract  documents   may  be  obtained  at  the  Warsaw  City  Hall,  102  S.  Buffalo  Street,  Building  & Planning  Department,  Warsaw, Indiana 46580.   A non-refundable fee of $100.00 is required for each set of Project Documents.  The fee shall be in the form of a check made payable to City of Warsaw.
    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  Project.  The  Contractor   shall  submit  an itemized  proposal for the approximate  quantities  and components  of labor and materials to complete the contract.    Said  proposal  shall  be upon the standard  bid sheet  used  by the Owner,  and  said sheet  must contain an authorized signature of the Contractor  or the bid of the Contractor  may, at the discretion of the Owner, be rejected and declared  invalid.  The proposal shall be accompanied  by a non-collusion  affidavit as required by the statutes of Indiana. Bids shall be included in a sealed envelope, bearing the title of the Project and the name and address of the bidder.
    Each  proposal  shall  be accompanied  by a certified  check  or acceptable  bid bond made  payable  to the Owner in a sum of not less than five percent (5%) of the total amount of the 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 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 of contract execution.   The bonds shall be in the amount of I 00% 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.  Liquidated  damages  in the  amount  of  Five  Hundred  Dollars ($500)   per  day  of  delayed  or  unsatisfactory   completion   of  the  Contract,   beyond  the  agreed  upon completion  date, shall be paid by the Contractor  to the Owner pursuant to the terms and conditions  of the written contract ultimately entered into by the successful bidder and Owner.
    The  Owner  reserves  the  right  to  reject  any  proposal,  or  all  proposals,  or  to  accept  any  proposal  or proposals,  or  make  such  combination   of  proposals  as  may  seem  desirable,  and  to  waive  any  and  all informalities  in bidding.    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 proposals  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 lowest, responsible  and responsive  bidder.  The lowest responsive and responsible  bidder shall be determined by the Owner.
    All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction  over construction  shall apply to the Project throughout.
    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.
    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.
    The City of Warsaw in accordance  with Title VI of the Civil Rights Act of 1964,78 Stat. 252, 42 U.S.C 2000d to 2000d-4 and Title 49, Code of Federal Regulations,  Department  of Transportation, Subtitle  A, Office the Secretary, Part 21, Nondiscrimination  in Federally assisted programs of the Department of Transportation   and  Title  23  Code  of  Federal  Regulations,   Part  200,  Title  VI  Program  and  Related Statutes,  issued pursuant to such Acts, hereby notifies all bidders that it will affirmatively  insure that in any  contact  entered  into  pursuant  to  this  advertisement, disadvantaged business enterprises will be afforded full opportunity  to submit bids in response to this invitation and will not be discriminated  against on the grounds of religion, race, color, national origin, sex, sexual orientation, gender identity, age, disability/handicap and low income in consideration  for an award.
    Proposals  shall  be properly and completely  executed  on proposal  forms  included  in the Specifications. Proposals  shall  include  all  information  requested  by the  current  Indiana  Form  96  included  with  the Specifications. Under Section III of Form 96, the Bidder shall submit a financial statement.   The Bidder shall also submit a statement of experience, a proposed plan or plans for performing the public work, and the equipment  that the Bidder has available  for the performance  of the public work on forms prescribed by the  State  Board  of  Accounts.    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 City 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(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 its Bid.
    A Pre-Bid  Conference  will  be held on December  7, 2016 at  1:00  p.m. Local  Time at the Council Chambers  room on the 1st  Floor of the City Hall Building (102  S. Buffalo St., Warsaw, Indiana). Any questions about bidding conditions  must be addressed  to the Owner in writing no later than December  8, 2016 at 3:00 p.m., Local Time.
    The Owner  is exempt from all federal,  state, and  local taxes,  and will not be responsible  for any taxes levied on the Bidders as a result of any contract award.
City of Warsaw, Indiana
Jeremy Skinner
City Planner
11-25, 12-2 hspxalp

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


Notice Of Administration
EU-000140 Shock

Public Occurrences 10.15.24
County Jail Bookings The following people were arrested and booked into the Kosciusko County Jail:

Sheriff Addressed Issues In The Jail Since Taking Office
Once taking office I knew how important it was going to be to have the right leadership in every division of the office, and the jail was certainly no exception. Upon taking office, I appointed Lt. Kevin Gelbaugh as the jail commander and Chad Marsh as the assistant jail commander, and to say I am proud of all their work and accomplishments would be an understatement.

Warsaw Planners Give OK To Right-Of-Way Dedication, Lot Split
Two separate petitions before the Warsaw Plan Commission on Monday dealt with properties near or along North Detroit Street (Ind. 15) north of U.S. 30.

Leesburg Terminates Contract With USIC
LEESBURG — The town of Leesburg will officially cut ties with USIC Locating Services.