Warsaw Redevelopment Commisison - Shelden Street

January 8, 2019 at 4:42 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 Shelden Street Intersection Improvement 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 the bridge over the Tippecanoe River and Escalade Way. 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 Friday February 1st, 2019.  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 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. 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 January 24, 2019 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 January 25, 2019 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

1-11,18 hspaxlp



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 Shelden Street Intersection Improvement 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 the bridge over the Tippecanoe River and Escalade Way. 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 Friday February 1st, 2019.  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 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. 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 January 24, 2019 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 January 25, 2019 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

1-11,18 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: Wrong Side Of The Bed Sunday
I was a member of Toastmasters International, a speaking and communication club affording several opportunities to improve the aforementioned skills along with improving brevity.

Warsaw Board of Zoning
Bowen Center - Group Home

Warsaw Board of Zoning
Bowen Center - Offices

Notice Of Guardianship
GU-48 Christian

Indiana Lien
Mechanics Lien