Warsaw Wastewater Treatment Plant
August 29, 2018 at 5:37 p.m.
By -
Sealed Bids for the Wastewater Treatment Plant Expansion - 2017 for the City of Warsaw, Indiana (herein called the "OWNER") will be received by the Owner at the Clerk-Treasurer’s office, City Hall, 102 South Buffalo Street, Warsaw, Indiana 46580 until October 11, 2018 at 2:00 p.m. (local time). Any Bids received later than the above time will be returned unopened. All Bids will be publicly opened and read aloud in the Council Chambers immediately following the deadline.
The work shall include new grit removal tanks; primary clarifiers and control building; anaerobic selector tank; existing oxidation ditch modifications; final clarifier and sludge pump building; new RAS and WAS pumps; modification of existing final clarifiers; UV disinfection system; anaerobic digesters and control building; modification of existing aerobic digesters to sludge holding tanks; new sludge dewatering equipment; chemical feed building and system; vehicle storage garage; process and yard piping; valves; relocation of the emergency power generator; HVAC, electrical; instrumentation and controls; mechanical; paving; landscaping; and site work necessary for a complete installation, all in accordance with the Contract Documents and Specifications.
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.
The construction of the project is expected to be funded in part by 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 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 100 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 Warsaw WWTP, 2056 N. CR150 West; and the Engineer, Wessler Engineering, 6219 South East Street, Indianapolis, Indiana 46227, Telephone (317) 7884551.
Copies of the reference drawings may be obtained from Wessler Engineering 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 Warsaw WWTP, 2056 N CR 150 West, Warsaw, Indiana; and the Engineer's offices, Wessler Engineering, 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 $300.00. A complete hard copy set of bidding documents is available for $600.00.
An up-to-date Planholders List may be viewed at http://wesslerengineering.com/planroom/.
A Pre-Bid Conference will be held at 10:00 a.m. (local time) on September 26, 2018 at the Warsaw WWTP, 2056 N. CR150 West in Warsaw, Indiana. Bidders are encouraged to attend the Pre-Bid Conference.
CITY OF WARSAW, INDIANA
/S/Honorable Dr. Joe Thallemer, Mayor
Attest: /S/ Lynne Christiansen, ClerkTreasurer
9-5,12 hspaxlp
Sealed Bids for the Wastewater Treatment Plant Expansion - 2017 for the City of Warsaw, Indiana (herein called the "OWNER") will be received by the Owner at the Clerk-Treasurer’s office, City Hall, 102 South Buffalo Street, Warsaw, Indiana 46580 until October 11, 2018 at 2:00 p.m. (local time). Any Bids received later than the above time will be returned unopened. All Bids will be publicly opened and read aloud in the Council Chambers immediately following the deadline.
The work shall include new grit removal tanks; primary clarifiers and control building; anaerobic selector tank; existing oxidation ditch modifications; final clarifier and sludge pump building; new RAS and WAS pumps; modification of existing final clarifiers; UV disinfection system; anaerobic digesters and control building; modification of existing aerobic digesters to sludge holding tanks; new sludge dewatering equipment; chemical feed building and system; vehicle storage garage; process and yard piping; valves; relocation of the emergency power generator; HVAC, electrical; instrumentation and controls; mechanical; paving; landscaping; and site work necessary for a complete installation, all in accordance with the Contract Documents and Specifications.
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.
The construction of the project is expected to be funded in part by 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 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 100 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 Warsaw WWTP, 2056 N. CR150 West; and the Engineer, Wessler Engineering, 6219 South East Street, Indianapolis, Indiana 46227, Telephone (317) 7884551.
Copies of the reference drawings may be obtained from Wessler Engineering 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 Warsaw WWTP, 2056 N CR 150 West, Warsaw, Indiana; and the Engineer's offices, Wessler Engineering, 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 $300.00. A complete hard copy set of bidding documents is available for $600.00.
An up-to-date Planholders List may be viewed at http://wesslerengineering.com/planroom/.
A Pre-Bid Conference will be held at 10:00 a.m. (local time) on September 26, 2018 at the Warsaw WWTP, 2056 N. CR150 West in Warsaw, Indiana. Bidders are encouraged to attend the Pre-Bid Conference.
CITY OF WARSAW, INDIANA
/S/Honorable Dr. Joe Thallemer, Mayor
Attest: /S/ Lynne Christiansen, ClerkTreasurer
9-5,12 hspaxlp
Have a news tip? Email [email protected] or Call/Text 360-922-3092