City of Warsaw Storm/Sewer Rehab
November 3, 2021 at 1:28 p.m.
By -
Sealed Bids for Storm and Sanitary Sewer Rehabilitation 2021, for the City of Warsaw (herein called the "OWNER") will be received by the Owner at the 102 South Buffalo Street, Warsaw, Indiana until Friday, December 10, 2021 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: Storm and sanitary sewer and manhole rehabilitation including approximately 221 LFT of 6” CIPP lining, 4,337 LFT of 8” CIPP lining, 705 LFT of 10” CIPP lining, 665 LFT of 12” CIPP lining, 420 of 15” CIPP lining, 1,272 of 18” CIPP lining, 412 of 21” CIPP lining, 917 of 24” CIPP lining, manhole rehabilitation including: spray liner, replace or reset frame and cover, reconstruct chimney or chimney seal, grouting of voids, add wall section, constructing benchwall, and removing and grouting steps; approximately 10 spot repairs which include repairing sewer segments or installing new manholes; bypass pumping as needed, 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.
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 5-16-13-11, 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 $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/.
A Pre-Bid Conference will be held at 10 am (local time) on Thursday, November 18, 2021 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
/S/Honorable Dr. Joe Thallemer, Mayor
Attest: /S/ Lynne Christiansen, ClerkTreasurer
11-10,17 hspaxlp
Sealed Bids for Storm and Sanitary Sewer Rehabilitation 2021, for the City of Warsaw (herein called the "OWNER") will be received by the Owner at the 102 South Buffalo Street, Warsaw, Indiana until Friday, December 10, 2021 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: Storm and sanitary sewer and manhole rehabilitation including approximately 221 LFT of 6” CIPP lining, 4,337 LFT of 8” CIPP lining, 705 LFT of 10” CIPP lining, 665 LFT of 12” CIPP lining, 420 of 15” CIPP lining, 1,272 of 18” CIPP lining, 412 of 21” CIPP lining, 917 of 24” CIPP lining, manhole rehabilitation including: spray liner, replace or reset frame and cover, reconstruct chimney or chimney seal, grouting of voids, add wall section, constructing benchwall, and removing and grouting steps; approximately 10 spot repairs which include repairing sewer segments or installing new manholes; bypass pumping as needed, 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.
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 5-16-13-11, 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 $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/.
A Pre-Bid Conference will be held at 10 am (local time) on Thursday, November 18, 2021 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
/S/Honorable Dr. Joe Thallemer, Mayor
Attest: /S/ Lynne Christiansen, ClerkTreasurer
11-10,17 hspaxlp
Have a news tip? Email [email protected] or Call/Text 360-922-3092