MILFORD - NOTICE TO BIDDERS
September 5, 2017 at 2:13 p.m.
By -
Sealed Bids for Wastewater Treatment Plant Improvements for the Town of Milford, Indiana (herein called the "OWNER") will be received by the Owner at the Milford Town Hall, 121 South Main Street, Milford, Indiana until October 9, 2017 at 5:00 pm (local time). Any Bids received later than the above time will be returned unopened. All Bids will be publicly opened and read aloud at the 7:00 pm Council Meeting the same evening at the Milford Town Hall.
The work shall include construction of the following at the Milford Wastewater Treatment Plant: new fully engineered chemical feed pole building; chemical storage tank, feed pumps, valves, piping, and appurtenances; RAS pump replacement; new sludge transfer pump; new concrete sludge dewatering pad; sludge holding tank improvements including a floating mixer and coarse bubble aeration improvements; miscellaneous site access improvements, including concrete sidewalks and stairs, new aluminum stairs and walkways; and related yard piping, valves, electrical, paving, coatings, and restoration necessary for a complete installation.
Work shall be constructed under a Lump Sum 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.
For contracts over $300,000.00, in accordance with IC 5-16-13-10 and IC 8-23-10-0.5, Contractor must 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 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. Contractors shall complete a Drug Testing Plan Certification to be submitted with their Bid.
The Owner reserves the right to waive any informalities or minor defects in bids or bidding procedure, 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 90 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 ContractualLegal 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".
Reference drawings used by the Engineer in preparation of the Contract Documents may be examined during regular business hours at the Milford Town Hall, 121 South Main Street, Milford, Indiana (8am – 5pm); and the Engineer, Wessler Engineering, 6409 Constitution Drive, Fort Wayne, Indiana 46804, Telephone (260) 422-8279.
Copies of the reference drawings may be obtained at Wessler Engineering, 6219 South East Street, Indianapolis, Indiana 46219 for the cost of printing and shipping.
Copies of the Drawings and Specifications for the work are on file (for viewing purposes only) at the Town of Milford, 121 South Main Street, Milford, Indiana; and the Engineer's offices, Wessler Engineering, 6409 Constitution Drive, Fort Wayne, Indiana 46804; and 6219 South East Street, Indianapolis, Indiana 46227. 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 $100.00. A complete hard copy set of bidding documents is available for $150.00.
An up-to-date Planholders List may be viewed at http://wesslerengineering.com/planroom.
A Pre-Bid Conference will be held at 11:00 AM (local time) on September 20, 2017 at the Milford Town Hall, 121 South Main St., Milford, Indiana. Bidders are encouraged to attend the Pre-Bid Conference.
TOWN OF MILFORD, INDIANA
/S/ Dan Cochran, President
Attest: /S/ Joellen Free, ClerkTreasurer
9-7,14 hspaxlp
Latest News
E-Editions
Sealed Bids for Wastewater Treatment Plant Improvements for the Town of Milford, Indiana (herein called the "OWNER") will be received by the Owner at the Milford Town Hall, 121 South Main Street, Milford, Indiana until October 9, 2017 at 5:00 pm (local time). Any Bids received later than the above time will be returned unopened. All Bids will be publicly opened and read aloud at the 7:00 pm Council Meeting the same evening at the Milford Town Hall.
The work shall include construction of the following at the Milford Wastewater Treatment Plant: new fully engineered chemical feed pole building; chemical storage tank, feed pumps, valves, piping, and appurtenances; RAS pump replacement; new sludge transfer pump; new concrete sludge dewatering pad; sludge holding tank improvements including a floating mixer and coarse bubble aeration improvements; miscellaneous site access improvements, including concrete sidewalks and stairs, new aluminum stairs and walkways; and related yard piping, valves, electrical, paving, coatings, and restoration necessary for a complete installation.
Work shall be constructed under a Lump Sum 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.
For contracts over $300,000.00, in accordance with IC 5-16-13-10 and IC 8-23-10-0.5, Contractor must 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 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. Contractors shall complete a Drug Testing Plan Certification to be submitted with their Bid.
The Owner reserves the right to waive any informalities or minor defects in bids or bidding procedure, 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 90 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 ContractualLegal 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".
Reference drawings used by the Engineer in preparation of the Contract Documents may be examined during regular business hours at the Milford Town Hall, 121 South Main Street, Milford, Indiana (8am – 5pm); and the Engineer, Wessler Engineering, 6409 Constitution Drive, Fort Wayne, Indiana 46804, Telephone (260) 422-8279.
Copies of the reference drawings may be obtained at Wessler Engineering, 6219 South East Street, Indianapolis, Indiana 46219 for the cost of printing and shipping.
Copies of the Drawings and Specifications for the work are on file (for viewing purposes only) at the Town of Milford, 121 South Main Street, Milford, Indiana; and the Engineer's offices, Wessler Engineering, 6409 Constitution Drive, Fort Wayne, Indiana 46804; and 6219 South East Street, Indianapolis, Indiana 46227. 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 $100.00. A complete hard copy set of bidding documents is available for $150.00.
An up-to-date Planholders List may be viewed at http://wesslerengineering.com/planroom.
A Pre-Bid Conference will be held at 11:00 AM (local time) on September 20, 2017 at the Milford Town Hall, 121 South Main St., Milford, Indiana. Bidders are encouraged to attend the Pre-Bid Conference.
TOWN OF MILFORD, INDIANA
/S/ Dan Cochran, President
Attest: /S/ Joellen Free, ClerkTreasurer
9-7,14 hspaxlp
Have a news tip? Email [email protected] or Call/Text 360-922-3092