Warsaw Sewer Bidders

November 9, 2017 at 3:25 p.m.

By -

ADVERTISEMENT FOR BIDDERS

Sealed Bids for Sewer Rehabilitation- Small Diameter ( 15”) No. 2 Project for the City of Warsaw, In diana

(herein called the “OWNER”) will be received by the Owner at 102 South Buffalo Street, Warsaw, India na

until December 1, 2017 at 10:30 am (local time). Any Bids received later than the above time will

be returned unopened. All Bids will be publicly opened and read aloud at that time.

The work shall include: small diameter rehabilitation including approximately 1,000 undistributed L FT of 6”

CIPP lining, 7,100 LFT of 8” CIPP lining, 1,150 LFT of 10” CIPP lining, 990 LFT of 12” CIPP lining, and 230 of 15”

CIPP lining; and an allowance for manhole rehabilitation that may include: spray liner, replace or r eset

frame and cover, reconstruct chimney or chimney seal, grouting of voids, add wall section, construct ing

benchwall, and removing and grouting steps; an allowance for potential spot repairs which may includ e

repairing sewer segments or installing new manholes; and all related pavement and concrete repair a nd

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 secur ity 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 pro jects

awarded after June 30, 2015. Pursuant to IC 5-16-13-7, the provisions of the law are incorporated b y

reference.

The construction of the project is expected to be funded in part by a State Revolving Fund (SRF) as

administered by the Indiana Finance Authority. The Contractor to whom the work is awarded shall

comply with all requirements of said agency.

In accordance with the Davis-Bacon requirements, all contractor and subcontractors are required t o

pay not less than the Federal prevailing wage rates published by the U.S. Department of Labor for ea ch

classification of work performed on this project.

Bidders are notified that there is a 7% MBE and 5% WBE participation goal on this project.

A conditional or qualified bid will not be accepted. Award will be made to the low, responsive,

responsible bidder and must be approved by the Indiana Office of Community and Rural Affairs [and th e

State Revolving Fund Loan as administered by the Indiana Finance Authority].

For contracts over $300,000.00, in accordance with IC 5-16-13-10 and IC 8-23-10-0.5, Contractor m ust

be qualified under either IC 4-13.6-4 or IC 8-23-10 (Indiana Department of Administration or Indiana

Department of Transportation) before doing any work on a public works project.

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 wor k eligibility

status of all newly hired employees through the E-Verify program (effective July 1, 2011), and compl y 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 req uired

to provide an Indiana Iran Investment Certification.

In accordance with IC 5-16-13-11, Contractor shall submit an Employee Drug Testing Plan with thei r Bid

and contractors of any tier as defined in IC 5-16-13-4 must comply with the drug testing requirement s set

forth in IC 4-13-18. Contractors shall complete a Drug Testing Plan Certification to be submitted w ith their

Bid.

The Owner reserves the right to waive any informalities or minor defects in bids or bidding proce dure, or

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 effe ct

throughout the term of the Construction Contract plus a period of twelve (12) months from the date o f

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”.

Video of the storm and sanitary segments are not available during pre-bidding. It is not feasibl e due to

time and size constraints to make these available. After the award of the contract, videos will be made

available to the Contractor, if requested. The majority of the sewers have been televised in the la st 2-3

years and were fully cleaned at the time of their televising.

Copies of the Drawings and Specifications for the work are on file (for viewing purposes only) at the City

of Warsaw, 102 South Buffalo Street, Warsaw, Indiana; and the Engineer’s offices, Wessler Engineerin g, 6409

Constitution Drive, Fort Wayne, Indiana 46804; and 6219 South East Street, Indianapolis, Indiana 462 27,

Telephone (317) 788 4551. All copies are distributed to Contractors and other interested parties by

Wessler Engineering, Inc. (www.wesslerengineering.com/planroom/) for a non-refundable fee. A

complete digital set of bidding documents is available for $75. A complete hard copy set of bidding

documents is available for $100.

An up-to-date Planholders List may be viewed at http://wesslerengineering.com/planroom/.

CITY OF WARSAW, INDIANA

/S/Honorable Dr. Joe Thallemer, Mayor

Attest: /S/ Lynne Christiansen, Clerk Treasurer

11-13,20 hspaxlp

ADVERTISEMENT FOR BIDDERS

Sealed Bids for Sewer Rehabilitation- Small Diameter ( 15”) No. 2 Project for the City of Warsaw, In diana

(herein called the “OWNER”) will be received by the Owner at 102 South Buffalo Street, Warsaw, India na

until December 1, 2017 at 10:30 am (local time). Any Bids received later than the above time will

be returned unopened. All Bids will be publicly opened and read aloud at that time.

The work shall include: small diameter rehabilitation including approximately 1,000 undistributed L FT of 6”

CIPP lining, 7,100 LFT of 8” CIPP lining, 1,150 LFT of 10” CIPP lining, 990 LFT of 12” CIPP lining, and 230 of 15”

CIPP lining; and an allowance for manhole rehabilitation that may include: spray liner, replace or r eset

frame and cover, reconstruct chimney or chimney seal, grouting of voids, add wall section, construct ing

benchwall, and removing and grouting steps; an allowance for potential spot repairs which may includ e

repairing sewer segments or installing new manholes; and all related pavement and concrete repair a nd

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 secur ity 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 pro jects

awarded after June 30, 2015. Pursuant to IC 5-16-13-7, the provisions of the law are incorporated b y

reference.

The construction of the project is expected to be funded in part by a State Revolving Fund (SRF) as

administered by the Indiana Finance Authority. The Contractor to whom the work is awarded shall

comply with all requirements of said agency.

In accordance with the Davis-Bacon requirements, all contractor and subcontractors are required t o

pay not less than the Federal prevailing wage rates published by the U.S. Department of Labor for ea ch

classification of work performed on this project.

Bidders are notified that there is a 7% MBE and 5% WBE participation goal on this project.

A conditional or qualified bid will not be accepted. Award will be made to the low, responsive,

responsible bidder and must be approved by the Indiana Office of Community and Rural Affairs [and th e

State Revolving Fund Loan as administered by the Indiana Finance Authority].

For contracts over $300,000.00, in accordance with IC 5-16-13-10 and IC 8-23-10-0.5, Contractor m ust

be qualified under either IC 4-13.6-4 or IC 8-23-10 (Indiana Department of Administration or Indiana

Department of Transportation) before doing any work on a public works project.

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 wor k eligibility

status of all newly hired employees through the E-Verify program (effective July 1, 2011), and compl y 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 req uired

to provide an Indiana Iran Investment Certification.

In accordance with IC 5-16-13-11, Contractor shall submit an Employee Drug Testing Plan with thei r Bid

and contractors of any tier as defined in IC 5-16-13-4 must comply with the drug testing requirement s set

forth in IC 4-13-18. Contractors shall complete a Drug Testing Plan Certification to be submitted w ith their

Bid.

The Owner reserves the right to waive any informalities or minor defects in bids or bidding proce dure, or

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 effe ct

throughout the term of the Construction Contract plus a period of twelve (12) months from the date o f

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”.

Video of the storm and sanitary segments are not available during pre-bidding. It is not feasibl e due to

time and size constraints to make these available. After the award of the contract, videos will be made

available to the Contractor, if requested. The majority of the sewers have been televised in the la st 2-3

years and were fully cleaned at the time of their televising.

Copies of the Drawings and Specifications for the work are on file (for viewing purposes only) at the City

of Warsaw, 102 South Buffalo Street, Warsaw, Indiana; and the Engineer’s offices, Wessler Engineerin g, 6409

Constitution Drive, Fort Wayne, Indiana 46804; and 6219 South East Street, Indianapolis, Indiana 462 27,

Telephone (317) 788 4551. All copies are distributed to Contractors and other interested parties by

Wessler Engineering, Inc. (www.wesslerengineering.com/planroom/) for a non-refundable fee. A

complete digital set of bidding documents is available for $75. A complete hard copy set of bidding

documents is available for $100.

An up-to-date Planholders List may be viewed at http://wesslerengineering.com/planroom/.

CITY OF WARSAW, INDIANA

/S/Honorable Dr. Joe Thallemer, Mayor

Attest: /S/ Lynne Christiansen, Clerk Treasurer

11-13,20 hspaxlp
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


Chip Shots: How Callous IS It?
For every 700 to 1,000 words of mine you read on any given Saturday, I have a list of callous, cynical thoughts and remarks I can make about the topics I discuss… easily five-fold of what I allow past my filter and, in turn, e-mail to my editor.

Summons By Publication
COMPTON AUTOMOTIVE

Town of Winona Lake
Adoption

Kosciusko County Area Plan Commission
Exceptions

Kosciusko County Area Plan Commission
Variances