CITY OF WARSAW SEWER REPLACEMENT 2017

September 22, 2017 at 6:09 p.m.

By -

ADVERTISEMENT FOR BIDDERS

    Sealed Bids for Sewer Replacement 2017 Project for the City of Warsaw, Indiana (herein called the "OWNER") will be received by the Owner at 102 South Buffalo Street, Warsaw, Indiana until November 3, 2017 at     10:30 am (local time).  Any Bids received later than the above time will be returned unopened.  All Bids will be publicly     The work shall include:  The work shall include:  the replacement of existing 4 to 6 inch sanitary sewer with approximately 2,900 LF of new 8 inch PVC sanitary sewer pipe; the installation of approximately 300 LF of 6 inch PVC for lateral connections to new sanitary sewer; the installation or replacement of 14 sanitary sewer manholes; manhole rehabilitation including spray liner, replace frame cover, grouting of voids, constructing benchwall, and removing and grouting steps; and all related  pavement and 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.

    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 to pay not less than the Federal prevailing wage rates published by the U.S. Department of Labor for each 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 the 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 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 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 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".

    Videos of the storm and sanitary sewer segments are available for review at the Planning and Zoning Department at 102 S. Buffalo Street Warsaw, Indiana 46580 or at the Wastewater Treatment Plant at 2056 N 150 W Warsaw, Indiana 46580.  Videos have been recorded on DVD and it is the responsibility of the Bidder to provide the necessary equipment to view these segments.  Copies shall remain in the possession of Owner at all times.  DVD videos may be viewed using multiple software programs, including the most current version of Microsoft Windows Media Player.

    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 Engineering, 6409 Constitution Drive, Fort Wayne, Indiana 46804; and 6219 South East Street, Indianapolis, Indiana 46227, Telephone (317) 7884551.  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.  A complete hard copy set of bidding documents is available for $150.  

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

    A Pre-Bid Conference will be held at 9am (local time) on Monday, October 16, 2017 at the Wastewater Treatment Plant Administrative Building at 2056 N. 150 W. in Warsaw, Indiana.   Bidders are encouraged to attend the Pre-Bid Conference.

CITY OF WARSAW, INDIANA

Honorable Dr. Joe Thallemer, Mayor

Attest:  /S/ Lynne Christiansen, ClerkTreasurer

10-2,9 hspaxlp



ADVERTISEMENT FOR BIDDERS

    Sealed Bids for Sewer Replacement 2017 Project for the City of Warsaw, Indiana (herein called the "OWNER") will be received by the Owner at 102 South Buffalo Street, Warsaw, Indiana until November 3, 2017 at     10:30 am (local time).  Any Bids received later than the above time will be returned unopened.  All Bids will be publicly     The work shall include:  The work shall include:  the replacement of existing 4 to 6 inch sanitary sewer with approximately 2,900 LF of new 8 inch PVC sanitary sewer pipe; the installation of approximately 300 LF of 6 inch PVC for lateral connections to new sanitary sewer; the installation or replacement of 14 sanitary sewer manholes; manhole rehabilitation including spray liner, replace frame cover, grouting of voids, constructing benchwall, and removing and grouting steps; and all related  pavement and 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.

    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 to pay not less than the Federal prevailing wage rates published by the U.S. Department of Labor for each 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 the 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 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 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 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".

    Videos of the storm and sanitary sewer segments are available for review at the Planning and Zoning Department at 102 S. Buffalo Street Warsaw, Indiana 46580 or at the Wastewater Treatment Plant at 2056 N 150 W Warsaw, Indiana 46580.  Videos have been recorded on DVD and it is the responsibility of the Bidder to provide the necessary equipment to view these segments.  Copies shall remain in the possession of Owner at all times.  DVD videos may be viewed using multiple software programs, including the most current version of Microsoft Windows Media Player.

    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 Engineering, 6409 Constitution Drive, Fort Wayne, Indiana 46804; and 6219 South East Street, Indianapolis, Indiana 46227, Telephone (317) 7884551.  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.  A complete hard copy set of bidding documents is available for $150.  

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

    A Pre-Bid Conference will be held at 9am (local time) on Monday, October 16, 2017 at the Wastewater Treatment Plant Administrative Building at 2056 N. 150 W. in Warsaw, Indiana.   Bidders are encouraged to attend the Pre-Bid Conference.

CITY OF WARSAW, INDIANA

Honorable Dr. Joe Thallemer, Mayor

Attest:  /S/ Lynne Christiansen, ClerkTreasurer

10-2,9 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


Candidates For Warsaw School Board Respond To Questions
With early voting already started and the general election on Nov. 5, contested school board candidates were asked to respond to four questions. Today’s responses are from Warsaw School Board candidates Randy Polston and Emerson Poort.

Sidney Prepares Town’s Budget For 2025
SIDNEY — Sidney Town Council held a budget hearing on Monday. The council gathered and reviewed budget allocations that they will vote on at an upcoming budget adoption meeting. The goal was to make sure any last minute changes were addressed before the vote.

NAMI Indiana Hosts Informative Meeting In Warsaw
The National Alliance on Mental Illness (NAMI) Indiana announced an informative “NAMI 101” meeting, scheduled to take place on Wednesday, Nov. 6 from 6 to 7 p.m. at The Gathering Place, l123 S. Buffalo St., Warsaw.

County Under Burn Ban Again Due To Dry Conditions
For the second time this year, Kosciusko County is under a countywide burn ban.

Public Occurrences 10.22.24
County Jail Bookings The following people were arrested and booked into the Kosciusko County Jail: